Loading...
HomeMy WebLinkAboutContract r Award Date: August 2,2010 CAG 10-067 Awarded to: EnD General Construction,Inc. 28605 SE 216'h Lane Maple Valley,WA 98038 $878,600.36 `�Y O ti Bidding Requirements,City of Renton Forms,Contract Forms,Conditions of the Contract,Plans and Specifications m.. City of Renton Construction of: Logan Ave. N. Stage 2 Lake Washington Trail Project APPROVED FOR CONSTRUCTION: PROJECT NO. #CAG 10-067 /w -IV Federal Aid#STPE 1070(006) Robert M. Hanson, PE Date Transportation Design Supervisor City of Renton 1055 South Grady Way Renton,WA 98057 General Bid Information: Project Manager: James P. Wilhoit 425-430-7319 .r CITY OF RENTON RENTON, WA CONTRACT DOCUMENTS rrr For the ■r Logan Ave. N. Stage 2 Lake Washington Trail Project .r Federal Funded Project: STPE 1070 (006) r .. City Project No. CAG 10-067 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT +� SPECIFICATIONS PLANS VA;1' 1 :max ) nr�j •�? S L r CITY OF RENTON 1055 South Grady Way Renton, WA 98057 I. CALL FOR BIDS CITY OF RENTON a Table of Contents I. CALL FOR BIDS II. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 4. SCOPE OF WORK III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. *PROPOSAL wr 3. *SCHEDULE OF PRICES 4. *ACKNOWLEDGE OF RECIEPT OF ADDENDA 5. *BID BOND FORM 6. *CERTIFICATION FOR FEDERAL-AID CONTRACTS 7. *CERTIFICATIONS OF EEO REPORT 8. *NON-CONCLUSION AND DEPARTMENT AFFADAVIT 9. *ASSIGNMENT OF ANTITRUST CLAIMS 10. *MINIMUM WAGE AFFIDAVIT FORMS 11. SUBCONTRACTOR LIST 12. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATE IV. CONTRACT DOCUMENT FORMS 1. **BOND TO THE CITY OF RENTON 2. "LANDSCAPE AND IRRIGATION MAINTANENCE BOND 3. **CONTRACT AGREEMENT (FHWA) rr 4. **CITY OF RENTON INSURANCE INFORMATION FORM 5. **CITY OF RENTON STANDARD ENDORSEMENT FORM 6. **CERTIFICATE OF INSURANCE ["ACORD FORM"] (SAMPLE) V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS 1. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION .r VI. CONTRACT SPECIFICATIONS ■ri 1. AMENDMENTS TO THE STANDARD SPECIFICATIONS 2. SPECIAL PROVISIONS APPENDIX A—PREVAILING WAGE RATES APPENDIX B—STANDARD PLANS APPENDIX C—EASMENTS/PERMITS APPENDIX D—GEOTECHNICAL INFORMATION *Submit with Bid **Submit at Notice of Award go I. CALL FOR BIDS CITY OF RENTON wr r I CALL FOR BIDS �r. irr r r I. CALL FOR BIDS CITY OF RENTON w X111 THIS PAGE INTENTIONALLY LEFT BLANK wr r�r .r` wr go No ..+ I. CALL FOR BIDS CITY OF RENTON CITY OF RENTON Project No. CAG 10-067 Logan Ave. N. Stage 2 Lake Washington Trail Project CALL FOR BIDS Sealed bids will be received until 2:30 p.m. Tuesday June 15, 2010 at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 511 on the 5`h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. The work to be performed within 100 working days from the date of commencement under this contract shall include, but not be limited to: Construction of a Asphalt Concrete Pavement shared-use trail along Logan Ave. N. from N. 6th Street to N. 3rd Street. Work includes the re-channelization of Logan Ave. N., construction of concrete curb and gutter, landscaping, irrigation, illumination, signingand nd adjustment of existing utilities.The Trail section consists of ACP Cl. B, and the other portions of new pavement consist of Concrete, and HMA Cl. 12" PG 64-22.1 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. The Engineers opinion of cost is $750,000 to $lmillion. A Disadvantaged Business Enterprise (DBE) mandatory goal of 16% has been established for this project. Bid documents will be available Tuesday, May 25, 2010. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at ham://www/bxwa.com. Click on"bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List." Questions about the project shall be addressed to , James Wilhoit, City of Renton, Public Works, 1055 Grady Way, Fifth Floor,Renton,WA, 98057,phone (425)430-7319, fax (425)430-7376. ` A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. r. The following is applicable to Federal-Aid Projects: The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, herby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR " Part 23 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce May 25, 2010; June 1, 2010; June 8, 2010 r 1 Paragraph changed per Addendum#1 ®r am I. CALL FORBIDS CITY OF RENTON to 00 am m THIS PAGE INTENTIONALLY LEFT BLANK .ir r wr rr vw II. INTRODUCTION CITY OF RENTON err m II wr INTRODUCTION so rr go to rr 11. INTRODUCTION CITY OF RENTON gr art THIS PAGE INTENTIONALLY LEFT BLANK r rr r II. INTRODUCTION CITY OF RENTON INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City .ir Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. rrr No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. ar 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and/ or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall .r� satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of r■ 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. aw 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 .r 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. rrr 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. 4M II. INTRODUCTION CITY OF RENTON 10 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's as 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 construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(1) "Retainage " and Sectionl- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. rri 17. Trench Excavation Safety Systems iii As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. no II. INTRODUCTION CITY OF RENTON 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications rr All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. o� 1. WSDOT/APWA "2010 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard •+ specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09, Measurement and Payment(added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this r document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations .r 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. ar vre IL INTRODUCTION CITY OF RENTON go 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? no ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? rrb aw aft �e rrr #91 II. INTRODUCTION CITY OF RENTON CITY OF RENTON rr SU'RdARYOFAMF.RICANS WITHDISABII.ITIESACTPOLICY ADOPTED BYRESOLU770NNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With rir Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: rr (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fiilly with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, rr� including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, {rr this 4th day of October 1993. r CRENTON RENTON CITY COUNCIL: 7, Q,PALA,& Mayor 0ouncil President Attest: err City Clerk 11. INTRODUCTION CITY OF RENTON 10 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to r7ri 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. (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. CONCURRED IN by the City Council of the City of RENTON, Washington,this 7ttday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: payor Council President ,Attest: City Cler r to II. INTRODUCTION CITY OF RENTON CITY OF RENTON Project No. CAG 10-067 Logan Ave. N. Stage 2 Lake Washington Trail Project SCOPE OF WORK 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: Construction of a Asphalt Concrete Pavement shared-use trail along Logan Ave. N. from N. 6`h Street to N. 3d Street. Work includes the re-channelization of Logan Ave. N., construction of concrete curb and gutter, landscaping, irrigation, illumination, signing and adjustment of existing rr utilities. The Trail section consists of ACP Cl. B, and the other portions of new pavement consist of Concrete, and HMA Cl. 12"PG 64-22. Any contractor connected with this project shall comply with all Federal, State, County, and City codes +re and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 100 working days will be allowed for the completion of this project. ,rr +rr ' rr rs w .r s rr MM II. INTRODUCTION CITY OF RENTON 1a THIS PAGE INTENTIONALLY LEFT BLANK r ■r art rir r III PROJECT PROPOSAL CITY OF RENTON PROJECT: Logan Ave. N. Stage 2 Lake Washington Trail Proiect CAG NO.: 10-067 .. COMPANY: _. BID AMOIT V"15, n S 1 .9 (P Elul) Cie ll er0.1 Can454. t r1C . Q ADDRESS: TEL.NO.: a$loo5' se w(411 LAi. aoG.'?gb.6383 III .. PROJECT PROPOSAL rr ge 19 Section III Project Proposal 1'�'ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .. III PROJECT PROPOSAL CITY OF RENTON +rr BIDDER'S CHECKLIST 1. PROJECT PROPOSAL COVER SHEET 2. _ BIDDER'S CHECKLIST 3. PROPOSAL FORM 4. SCHEDULE OF PRICES 5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. A_ BID BOND FORM 7. CER'T'IFICATION FOR FEDERAL-AID CONTRACTS 8. CERTIFICATION OF EEO REPORT .r 9. NON-COLLUSION AND DEBARMENT AFFIDAVIT 10. �xx ASSIGNMENT OF ANTITRUST CLAIMS r. 11. J` MINIMUM WAGE AFFIDAVIT FORM 12. ri DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION " 13. SUBCONTRACTOR LIST FORM .r Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. .r .r ige 20 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rM III PROJECT PROPOSAL CITY OF RENTON up CITY OF RENTON Project No.CAG 10-067 irr Logan Ave.N.Stage 2 Lake Washington Trail Project PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON wr Ladies and/or Gentlemen: r.. The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed .� with the money available,in accordance with the said plans, specifications and contract and the following schedule of rates and prices: [Note:Unit prices for all items,all extensions,and total amount of bid should be shown. See attached CITY OF RENTON PUBLIC WORKS DEPARTMENT(Schedule of Prices)pages 1-7 for specific instructions on filling out form.] Printed Name: cif e —Sqd' S Signature: Address: Q,$b05 Sc a ua� L4rve- ar Names of Members of Partnership: No ow — am OR Name of President of Corporation Name of Secretary of Corporation J GAr( CN G�C1R(S Corporation Organized under the laws of W P!- ;?Ib 6 S Ivry. With Main Office in State of Washington at w. orr I ge 21 Proposal 0 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 8/15/2010 CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) Logan Ave.N.Stage 2 Lake Washington Trail Project Inca:umt w�r«dl irons,.n..lensans.and tar amwm d bie an.Il be slwan Enw and Prices in numenrel rroure:«.Ir m electrank Gd form mlirie(insgucEma f«accessing ebcPonic bk norm b be«aided Nraroh BWdera Exc.—d W as"W,Inc.a htt:/Avew.bnva com).DovMoed«inletl cwy d wnPleted/«m arltl submit wiN Nd SI—df—ii bk PaoAage camPlaletl xM ewmerical froures mly r«unit MKes f«NI r«ms.M asronzians,x ro . t d bd.is ecoeplabb In gau d eeenbeaed eI«o-«.c r«m,bvt numeriw rrouroa mutt be typed.na h.q-..itron.) REM. APPROX. UNIT PRICE ANOIINT NO. QU ITEM DWMn.Cerde Ddlm.CeMe SECTION 1 1 1 CONTRACTOR SUPPLIED SURVEYING LS \O\O\\\\\\\\\\\\\ \\\\\\\O\\\\\\\O\\\\\\\\\\\�\O��\\�\\\\\\\\\\OO\\f 5,480.00 $ 5.460.00 per Lump Sum(LS) gures 2 1 MOBILIZATION/DEMOBILIZATION,SITE PREPARATION AND CLEAN-UP LS37.817.50 $ 37.617.50 per Lump Sum(LS) gures - 3 1 TEMPORARY TRAFFIC CONTROL LS S 18,746.40 $ 18.748.40 per Lump Sum(LS) gures 4 1 SWPPP PLAN LS $ 572.00 $ 572.00 per Lump Sum(LS) ures 5 1 Spill Prevention,Control and Countenneasuies Plan LS f���\\\�$ 288.00 $ 288.00 per Lump Sum(LS) figures 6 EST EROSIONIWATTER POLLUTION CONTROL FA $ 10.000.00 S 10,000.00 per Force Account(FA) figures 7 1 CLEARING AND GRUBBING LS $ 5.517.39 $ 5.517.38 per Lump Sum(LS) figures 8 3,362 ASPHALT CONIC PAVEMENT REMOVAL SY \\\\\\��\\\��\\\\\\\\\����\\\\\\\\���\�\\\\\\\�\VARA\�\�\��\\\��$ 4.88 $ 16.339.32 per Square Yard(SY) figures 9 1 REMOVE METAL SIDEWALK COVER LS �\\\\\\\\\��\\��\h\��\\\\\\\��\\\\\\\��\\\\\\\\\\\\\\\\\\\�\\�\�\\��\��$ 5,721.38 $ 5,721.38 per Lump Sum(LS) figures 10 1,391 SIDEWALK REMOVAL BY \\\\��\\\\ \%% \\\\\\\\��\\\\\\\\\\\\\\\\\\\\\\���\��\�E 2.42 f 3,388.22 per Square Yard(SY) figures 11 2,160 CURB&GUTTER REMOVAL(LF) LF \� $ 1.02 $ 2,203.20 t� per Linear Foot gures 12 7 ��R�EMOVE CATCH BASIN TYPE 1 FA VOA����\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\�\\\\\\\\\\\\\\�\\�E 68.58 f 480.06 per Each(EA) gures 13 320 REMOVE 12'C��ONC.STORM SEWER LF \\\\\\\\��\���\\\\\\\\\\\\\\\\\\\\\\\\�\\��\�\\�\\\\\\\\� 8.37 E - 2.038.40 per Lineal Foot(LF) gures 14 3 RELOCATE PRIVATE SIGN EA �W\, \�\\\\\\\\\\\�\\\\\�\\�\\\\\\ 221.89 f 665.87 per Each(EA) gures 15 2,394 �S�AWCUT EXISTING PAVEMENT (o LF \\\\\\\\\\\\ \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ E 1.45 $ 3,471.30 per Lineal Fool LF ures Q 'J r $ 433 16 15 UTILITY POTHOLING cT��Li--/ F� 1 1 -Z ` .44 $ 6,501.60 per Each(EA) Cj t n 1,400 ROADWAY EXCAVATION INCL.HAUL CY \ 3.78 S 5,292.00 y per Cubic Yard(CY) gures 1 Vim' 18 300 UNSUITABLE FOUNDATION EXCAVATION ✓ r INCL.HAUL CY \\\\\\\\\\\\\ \\\��\\\\\\\\\\\\\�\\\\��\\\\\\\\\\\\\\\���$ 10.98 S 3,294.00 per Cubic Yard(CY) gures 19 2,230 CEMENT CONIC.TRAFFIC CURB AND GUTTER LF \\\\\\\\\\\��\\\\\\\\\\\\\\\\\\\\\\\\\\�\\\\\\\\\\\\\\\\��$ 7.15 $ 15,944.50 per Lineal Foot(LF) figures 20 445 CEMENT GONG.DRIVEWAY ENTR.TWE CM OD SY $ 38.50 $ 17,132.50 per Square Yard(SY) gures 21 1,474 CRUSHED SURFACING TOP COURSE TON \\\\\��VAAA\��\\\\\\\\\\\\\\\\\\\\\\\\\\\\\�\\\\\\\\\\\\\\\�E 19.36 $ 28,538.64 Per Ton(TON) gures 22 1,700 GRAVEL BORROW INCL.HAUL TON \\\��\\\\ $ 13.07 $ .22,219.00 per Ton(TON) figures i� 23 582 HMA CL.112 1N.PG 64-2 TON \\\\\\ \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\�\\\ E 95.70 E 55,897.40 per Ton(TON) _figures 24 197 CEMENT CONIC.SIDEWALK SY \\\\\\\\\\\\\\��\\\\\\��\\���\\\\\\\\\\\\\\\\\\\\\\\\\���\\1�$ 20.90 $ 4,117.30 per Square Yard(SY) gures 25 20 CEMENT CONIC...PAVEMENT cv ��\\par C\ubirrYarrd ICA�\\\\\\\\\\\\\\\\\\\\\\\�\\\\\\�\\\�\\\\�$ 220.09 $ 4.400.00 per Cubo Yard(CY) gures 28 8 ADJUST UTILITY(WATER VALVE BOX) ' $ 185.00 $ 1,480.00 per Each(EA) gures r t� 1 CWaara�ND�uma,OID WORKSHEETS�a BM PROPOSAL - 1013 8115/20'; CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) Logan Ave.N.Stage 2 Lake Washington Trail Project im (No1e:and«ices r«ell�.,NI e.tms,m:..nd rold m�wm a Na N,rl e.:l,a.,,.Enron ma Paces in num«icel rrowez mlr m ebcemm bk r«m mune(Inshuctlme r«accessirro a mk bid rmn m be pra th h Rudders Evche a W eshlrromn,Inc.0 httpJ m bxz.wm).Downbed Panted m Y a mmpMed/mn aN wbnd wiN M Submissim a rmn in bk pw*,.c«npleled w numerical rroures m1Y f«ural Vines I«eN Imns,ell ulmsana.erW Mel amount d bid,is acceplebb In Xeu a davnbadad electronic Imn,but nume 1 fro-=t be peed,na hrA-writlm.) ITEM APPROX. UNIT PRIDE AMOUNT NO. QUANTITY REM Defs .Certs DoftmC.Rte 27 7 RELOCATE UTILITY(JUNCTION BOX) EA $ 308.00 $ 2.156.00 per Each(EA) ores 28 2 ADJUST UTILITY(SD MANHOLE) EA 285.00 $ 570.00 per Each(EA) gures 29 3 ADJUST WATER METER EA ����������������������������������������������������$ 112.00 $ 336.00 per Each(EA) gures 30 9 CATCH BASIN TYPE 1 ��������� �������������������������������������������$ 966.26 $ 8,696.34 per Each(EA) fig- 31 7 CATCH BASIN�TT�YPE 2-48" EA ����������VAAA���������VAAA����������������������������������������������$ 2.157.52 $ 15.102.64 per Each(EA) figures 32 1 CATCH BASIN TYPE 2-00" EA $ 2,503.95 $ 2.503.95 per Each(EA) gures 33 4 OPEN CURB FACE-FRAME&GRATE EA -305 $ 1.223.68 per Each(EA) gures 34 28 STORM DRAIN PIPE,81N.DIAM. LF $ 25.47 $ 713.16 lw per Lineal Foot(LF) gures 35 642 STORM DRAIN PIPE,12 IN.DIAM, LF \\ 18.47 $ 11.657.74 per Lineal Fcot(LF) (gures 36 10 CONNECTION TO DRAINAGE STRUCTURE EA ���������������� � �������������������������������$ 514.39 $ 5.143.90 No per Each(EA) fgures 37 EST RESOLUTION OF UTILITY CONFLICTS FA ����0����� \\\\��� ���0�������������O���O���O��$ 10.000.00 $ 10.000.00 per Force Account(FA) figures 38 1261 TOPSOIL TYPE A CV 35.75 $ 45.080.75 per Cubic Yard ICY) ores IP218 BARK OR WOOD CHIP $ 44.00 $ 4,796.00 per Cubic Yard(CY) gures PSIPE FRAXINUSAMERICANA'AUTUMN APPLAUSE'3'CAL.B&B 330.00 $ 6.600.00 per Each(EA) - ores PSIPE ARBUTUS UNEDO'COMPACTA'3 GAL. ���� � ���� �����\\\����������������������������$ 27.50 $ 5.995.00 per Each(EA) gures 42 21 PSIPE VIBURNUM PLICATUM'NEWPORT 3 EA \\H�\\\\����� ����� ��������������������������������� 22.00 $ 462.00 per Each(EA) ures 43 47 PSIPE HYDRANGEA OUERCIFOLIA'PEE WEE'3 GAL. I� � ����������������������������������������\$ 2200. $ 1,034.00 per Each EA gures 44 21 PSIPE RIBES SA\\NGUINEUM'BROCKEL...' \\\\\ \\\������ ���\\\���������������������� \\3$ 22.00 $ 462.00 per Each EA figures 45 73 PSIPE SPIRAEA JAPONICA'WALBUMN 2 GAL. ` ������� ���� �������������������������������\$ 20.35 $ 1.48555 per Each(EA) f u 46 53 PSIPE NANDINA DOMESTICA'GULF EA 24.75 $ 1.31135 Per Each EA ores 47 58 PSIPE PENNISETUM ALOPECUROIDES f 'HA\�\MELN'\\2\\�\GAL. EA ���\\\O�O���\RN\\����� 0�������0�������000��0��������������$ 16.50 $ 957.00 per Each(EA) ores 48 73 PSIPE HELICTOTRICHON SEIr1PERVIRENS ��SAAPP�PHIRE'2 GAL. FA \\ $ 18.15 $ 1.324.95 per Each(EA) ores 49 255 PSIPE PRUNUS IAUROCERASUS Mr.VERNON.1 GA-, EA ������ ���\\\\\\\���������������������\\\\�����$ 9.90 $ 2.524.50 per Each EA ores ' 50 265 PSIPE LO���NICERA PILEATA 1 GAL EA � �����\\\ ���� ����������������������������������� 9.90 $ 2.623.50 per Each(EA) ores r52 12,656 PSIPE RUBUS PENTALOBUS ePOT. EA ������� ���������������������������������������������������� 770 $ 20,451.20 per Each EA 2,800 ROOT BARRIER 24" LF $ 7.70 $ 21 500.00 Per Lineal Foot LF ores L� C Ww,s ENDIDmmranWOIO W ORKSHEETSV o 04 PROPOSAL _ 2 0l 3 P'15/..J10 fill CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) Logan Ave.N.Stage 2 Lake Washington Trail Project m (Nog:Unit pncea f«Al ibna,M etenswns,—1 Mel amwnl Of W atoll be afwm.Enter—prices m numerical figures mly in dectronk Nd ram m—(inabucdma ran ecco«ng ebNmic W form W W proN4ed ft,*8u110era Evrhe d W aahirigtm,Inc.at http lb—1-8a ).Dosmloed ported copy d cane form and sibnit weh Nd.Subnissipn d form in Nd peckp—pWW wN numerictl fqures mly far udl prices fP,.lama,dl a tensions.rM blal—d bid,is ersMtebls in lieu d dovmkeded eleceaxc farm,Ed numecN rpurer must be typed,rlpl I—J-wrlaen) ITEM APPROX. UNIT PRICE AMOUNT NO. QUANTITY ITEM Doisn.Cerlts Dollnrs.Cents 53 1 IRRIGATION SYSTEM LS �����\��������������� �\\����\\\\�������\��\�\\\\\\\�\�\�$ 31,350A0 $ 31.350.00 per Lump Sum(lS) ores 54 2 SERVICE CONNECTION.1 IN DIAM. EA ��\\\�� ��\\\����\\\\\\��\\\���\\���\\�\\\\\���\\\�\�\\\������\��$ 1,490.77 $ 2.981.54 per Square Yard(SY) ores 55 1 PLANT ESTABLISHMENT-2ND YEAR LS ����\�����\\\����\\\\\\\\\\\\\\\��\\���������������\\\\\\\\�$ 13,200.00 $ 13200.00 per Lump Sum(LS) figures 56 10 BOLLARD TYPE 1 p EA \\����\\\�����������\���VAAA�����\\\\\�\\���\�\\\\\\�\�\\�\���$ 484.00 $ 4.840.00 per Each EA ores 57 42 RAISED PAVEMENT MARKER TYPE 1 HUND ��\\\��\\\\\\\\\\\\\\\\\\\\\\\��������\\\�����\\�\\\��������\\�\\�\\\�$ 189.10 $ 8.362.20 per Hundred HUND) ores 58 4 RAISED PAVEMENT MARKER TYPE 2 HUND ����\��������UA��������\\\����\\�\\������������\\��\\\��\\\\�$ 353.10 $ 1,412.40 per Hundred HUND) ores rw 59 16 REMOVING PLASTIC TRAFFIC MARKING EA \\\\��\\����������\�����\��\\�������\\�\�\\\\\����\\\\\\\\������\�$ 38.50 $ 616.00 per Each(EA) ores 60 50 REMOVING RAISED PAVEMENT MARKER HUND ���������\���\��\\\\\\\\\\����\\���������������������\�\\\�$ 100.10 $ 5.005.00 per Hundred(HUND) ores 61 26 PLASTIC TRAFFIC �ARROWS \��\\�����������VAAAA��\\������\��\\�\\��\���\��\���\\\�����$ 67.10 $ 1.744.60 per Each(EA) f ures 62 48 P�LA�\ST�IC STOP LINE LF \\u\\\\\\����\\\\\��\���\\\\\\\���\\\��\\\������\���\����\\��\\\\\���$ 4.08 $ 185.84 per Lineal Foot(LF) gores 63 125 PLASTIC CROSSWALK LINE SF ���������������������\\\�����\\������������������\���$ 3.53 $ 441.25 Pers, Foot(SF) gores 64 1,930 PAINT STRIPE 4' LF �\��������\\\\\���\\��\ ���������\�\\��\\\\\�\����������$ 0.28 $ 540.40 per Lineal Foot LF ores 65 1 �PERM��A�NENT SIGNING LS n\\\\0�� ���OO���\�0����\\�0��������O�O��\\\�\\���$ 7,056.50 $ 7,056.50 per Lump Sum(LS) ores 66 6,000 TEMPORARY PAVEMENT MARKING LF 0.23 0.23 $ 1,380.00 per Lineal Foot(LF) ores - N 67 1 \�IILL\HLL\\U\WSMW\IN\\A\\TION SYSTEM LS LS $ 255200.00 $ 255200.00 Per Lump Sum(LS) ores 68 20 12'DIA.CLASS 52 DI WATER MAIN 6 IN.DIAM. LF \ \��\ y,J,l,j�\lI✓,VI���ii��l!\li'iA\!,i'1,\f;l\'iiY�,li�(,�� 37.13 $ 742.60 per Lump Sum LS ores to 69 30 12"DIA.CLASS 52 DI WATER MAIN 12 IN.DAM. LF \��'a��\\\"II\.u6(\\\\ \\�\\�.,:'�4'��Vs\,� 883 $ 2,514.90 per Lump Sum(LS) ores 70 2 GATE VALVE B IN. \, \\\\a\\',j'\\ i\, \\W\'\\\,aac,A�t?s\\,\ 0.60 $ 1.20 per Each EA ores 1 IT SLEEVE AND VALVE ASSEMBLY 12' 7 EA 11\\\\@n\ 4.e57.64 $ 4.657.e4 per Each EA ores 1 TAPPING SLEEVE AND VALVE ASSEMBLY 8" EA , 6,849.27 $ 6,849.27 per Each EA ores � 73 2 BLOWOFF ASSEMBLY2IN EA , !I(\,u�,9 1,632.86 $ 3,665.72 par Each EA 74 1 FIRE HYDRANT ASSEMBLY EA 3,471.24 $ 3,471.24 per Each EA ores 75 3 REPLACE FIRE HYDRANT $ 3.304.73 $ 8,914.19 per Each(EA' ores 78 EST INCORPORATE ARTWORK FA \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\S\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\$ 10,000.96 $ 10,000.00 Fonce Account FA figures 77 1,829 PLANFNG BRUNMINO���U�S PP\\\A\VEMENT ow SY \�� \\\\\����\\���\��� \h\\N\\\\\\\\����������������\����\$ 3.52 $ 6,438.08 par Square Yard S �q ores SEEDING AND FERTILIZING 78 AC8.600.00 $ 792.00 per Acre(AC) ores 79 20 DE�TEE\CTABLE WARNIINNG STRIP SF $ 74.25 $ 1,485.00 per Square Fool(SF) 80 1 SINGLE SIDEWALK RAMP TYPEI EA \\\�0��\\����0�\��\\\\\\\\\\\\\ \\\\�����\\\\\\\\��\O\\\�����\\���\\\\\\\�$ 550.00 $ 550.00 per Each EA ores 425 ACP CIL 8 B1 TON $ 92.58 $ 39.346 50 per Ton(TONfigures 82 4,150 SHORING OR EXTRA EXCAVATION CLASS B TON \\V� $ 0.11 $ 458.50 SF por Sq—c Foot(SFS -1� f/� �ry-z NNW TOTAL SCHEDULE: $ �875,281 0 OUIre1ENDIDxunvnelBID g�&d WORKBHEETSLLoPROPOSAL ,�'n /NcaM��[ � .�s ) 3 13 err III PROJECT PROPOSAL CITY OF RENTON rr ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE 1 NO. DATE /0` I g I I O NO. DATE V 111/0 �r NO. t' DATE 1 N 1 0 NO. DATE F +rr �r SIGNED Q TITLE �• [ NAME OF COMPANY �� &%0 C. ow ADDRESSQ$ (066- AIL,r, (A,* d L(K�. CITY/STATE/ZIP tAc,DL Jc,,Ae* 8 r TELEPHONE ( D(I • ��(� , cSC��3 +ir CITY OF RENTON / STATE CONTRACTORS BUSINESS LICENSE# L • 03 03 LICENSE# ' ND F Ea G 9 N-4 43 r ar err w w► I ge 29 Acknowledgment of Receipt of Addenda F�rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r III PROJECT PROPOSAL CITY OF RENTON r BID BOND FORM Herewith find deposit in the form of a certified check,A88ker;A cash,or bid bond in the amount of $ which amount is no s five cent of the total L&—� rr S a -6 Y14-4-441Q, Know All Men by These Presents: r That we, EnD General Construction, Inc. as Principal, and First National Insurance Company of America as buret are held and firmly bound unto the City of Renton,as Obligee, in the penal sum off•ive percent (N) of total bid amount Dollars, for the payment of �r which the Principal and the Surety bind themselves,their heirs,executors,administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for nr * according to the terms of the proposal or bid made by the Principal therefor,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee; or if the Principal shall,in case of failure to do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages,the amount of this bond. *Logan Avenue N Stage 2 Lake Washington Trail Project, #CAG-10-067 SIGNED,SEALED AND DATED THIS 15th DAY OF June ,2QP,&_. 2010. EnD n 1 Construction, Inc. Pn pal rr Fir National Insurance Company of America Jim S. Kuich, Attorney-in-fact r Received return of deposit in the sum of$ Wr . r rr +w Page 30 Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr .r 0110 LibertA, First National Insurance Company of America POWER 1001 4th Avenue f utua* „ OF ATTORNEY Suite 1700 Seattle,WA 98154 10 KNOW ALL BY THESE PRESENTS: No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint "o ************STEVEN K.BUSH;BRANDON K.BUSH;M.J.COTTON;JIM W.DOYLE;CHAD M.EPPLE;JULIE M. GLOVER;DARLENE JAKIELSKI;JIM S.KUICH;THERESA A.LAMB;MICHAEL A.MURPHY;NANCY J.OSBORNE; ANDY D.PRILL;S.M.SCOTT;STEVE WAGNER;Bothell,Washington*************************************** to its true and lawful attorneys)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST lawNATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected ufficers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents to this 21st day of March 2009 no Dexter R. Legg,Secretary Timothy A.Mikolajewski,Vice President ar CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant ar Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; ° provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. �r "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, r.. the signature of the certifying officer may be by facsimiie,and the seal of the Company may be a facsimile thereof." I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this s day of �(r( yL e 61 6 Sygl0.MCf�� SEAL x 1928 eap +yh^+ Dexter R.Legg,Secretary �1 S-1049/DF 3/09 • 40 WEB PDF +r� rrr III PROJECT PROPOSAL CITY OF RENTON Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1)No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the malting of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract,grant,loan or cooperative agreement. r (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of .� Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. air This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. err The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. nr Yrr DOT Forth 272-040 EF Revised 12000 WIM f,,�. ge 31 Certification for Federal-Aid Contracts Frrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r III PROJECT PROPOSAL CITY OF RENTON irr CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. rr The bidder-)L,-,proposed subcontractor_,hereby certifies that he has.,has not)(,participated in a previous contract or subcontract subject to the equalop ortunity clause, as required by Executive Orders as 10925, 11114 or 11246, and that he has_, has not filed with the Joint Reporting Committee the Director of the Office of Federal Contract Comp iance, A Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity,all reports due under the applicable filing requirements. iwr (Compan rr. D 12�� �ripE�S Date: litle) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are • set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. on �r r F,,gge 32 Certification of Equal Employment Opportunity Report F�f'bvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III PROJECT PROPOSAL CITY OF RENTON NON-COLLUSION AND DEBARMENT AFFIDAVIT * STATE OF WASHINGTON } **COUNTY OF KING ) I, the undersigned, an authorized representative of *** fi W 1 b�f l�j�74�Y�L ing first duly sworn on oath do hereby certify that said person(s),firm,association or corporation has(have)not,either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. w I further certify that, except as noted below, the firm, associated or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended,debarred,voluntarily excluded or determined ineligible by any federal agency within the past 3 years;does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official r misconduct within the past 3 years. I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the provisions of this affidavit. Logan Ave.N.Stage 2 Lake Washington Trail Project Name of Project 0bA5kC'kCrMc,,/ Name of Bi er's Firm Authorized Representative of Bidder rre at l,, r I certify that I know or have satisfactory evidence that��l°/�VK•�l!!�V!C is the person who appeared before me,and said person acknowledged that(he/she) signed this instrument and acknowledged it to be (his/her)free and voluntary act for the uses and purposes mentioned in the instrument. rrt Dated Notary Wile in and or th to Notary PUblIC of Washington rejding at State of WosNngton Notary(print): TIM PAGEL My appointment expires: l My 1tntment Expires Nov 23, 2013 Exceptions will not necessarily r It in denial of award,but will be considered in determining bidder responsibility. For any applies,initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a particular IW transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy established by Executive order 12549..."(49 CFR Part 29 Section 29.215). *If notarization of proposal takes place outside of Washington State,DELETE WASHINGTON,and enter appropriate State. rr ** Fill in county where notarization of proposal takes place. stir f,,_.,,ga 33 Non-Collusion and Debarment Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr III PROJECT PROPOSAL CITY OF RENTON ***Fill in firm name. irr CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER No STATE OF WASHINGTON ) SS COUNTY OF KING ) Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract,except as to overcharges resulting from antitrust violations commencing after the date of the bid, 0* quotation,or other event establishing the price under this order or contract. In addition,vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. .r� Logan Ave.N.Stage 2 Lake Washington Trail Project Name of Project C !n, 0 �y 101 �� Ort ►1 c Name of Bidder's Firm A, 41A) 1i0AaTbWhf Nuthonzed Representative of Bidder ate I certify that I know or have satisfactory evidence that X YS is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. aw Dated Not Pubic in and f& the e.Ums^ I VIA`�C` of Washington residing at (SL Notary Public Notary(print): State of Washington My appointment expires: MOV 2,013 TIM PAGEL My Appointment Expires Nov 23, 2013 it f,,�.gge 34 Assignment of Antitrust Claims to Purchaser P7'ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ■wr III PROJECT PROPOSAL CITY OF RENTON MINIMUM WAGE AFFIDAVIT FORM so STATE OF WASHINGTON ) SS No COUNTY OF KING ) 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 11°" employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my irr knowledge and belief. Logan Ave.N. Stage 2 Lake Washington Trail Project Name of Project X--X F'- P-1�In � &4, ) V-�t Name of Bid 's Firm (& re o A orized Representat ve o er L( I I () Date �'�` I certify that I know or have satisfactory evidence that t,�l►�Q Qi AW-< is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrume"nt, rl rr Dated W `I to Notaryblic in and for th tate Notary Public of Washington resi ' gat U i WA- State of Washington Notary(print): TIM PAGEL My appointment expires: V I'lis)so 13 My Appointment Expires Nov 23, 2013 r rrr F,,��,ogvl 35 Minimum Wage Affidavit Form i�ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr III PROJECT PROPOSAL CITY OF RENTON irr SUBCONTRACTOR LIST Project No.CAG 10-067 Logan Ave.N.Stage 2 Lake Washington Trail Project 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 whose work involves either heating,air conditioning,ventilation,plumbing,or 'eCl t3J�� it If the subcontractors names are not submitted with the bid, or within 24 hours of the bid,the bid shall be considered nonresponsive and,therefore,void. Complete one of the following for contracts that excee $1,000,000: ocJ A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract Terre. rr Name. Signature: r B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price-. (list subcontractor and bid item) r Bid Item(s) 'a♦ , ! '} 0 S Subcontractor Name 22�• i L Address �?`Y7 `JAL. • 1�,�✓v�. I-v* Phone No. Y �'tl E State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. r. Bid Item(s) Subcontractor Name Address PhonNNo. State Contractor's License No. Bid Item(s) Subcontractor Name Address +I.r Phone No. State Contractor's License No. trr f,,,,�e 36 Subcontractor List rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WW III PROJECT PROPOSAL CITY OF RENTON No AW V7Ask wasmngton State Disadvantaged Business 0 E"artmmt of"rrattMortetion Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise(DBE)requirements. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Informattion on certified firms is available from OMWBE,telephone 360-753-9693. 63 1) CAn4k—WAIP", certifies that the Disadvantaged Business Enterprise Narm or Kidder + (DBE)Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal"is listed. (If necessary,use additional sheet.) No Project Role (Prime,Joint Venture, Amount to** Name of DBE Subcontractor, Description of Work Certification Number Manufacturer,Regular be Applied Dealer,Service Towards Goal Provider) tri ,. p o)0 !!5;j K, Land SK(. ur%. . �'��ATA Fit";1 ,+ 2. 3. �a 4 5.6. tar 7 wr g Disadvantaged Business Enterprise Subcontracting Goal:�— IdDBE Total$ �� * Regular Dealer status must he approved by the Office of Equal Opportunity,Wash.State Dept.of Transportation,on each contract. ** See the section"Counting DBE Participation Toward Meeting the Goal"In the Contract Department. ***The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above,then the sum of the amounts listed shall prevail and the total will be revised accordingly. DOT Form 272-056 FY i R. iad 01/2007 Fuge 37 Disadvantaged Business Enterprise Utilization Certificate Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ('114WBE Directory Profile http://www.omwbe.wa.gov/bimetwas/profile.asp?BUSNO=4759 OMWBE Directory Profile: OUT WEST LANDSCAPE AND IRRIGATION �. INC Name: OUT WEST LANDSCAPE AND IRRIGATION INC rr Business Description: COMMERCIAL LANDSCAPE INSTALLATION INCLUDING IRRIGATION, SILT,FENCING,EROSION CONTROL,AND HYDROSEEDING WSDOT Descriptors: EROSION CONTROL-HYDROSEEDING;EROSION CONTROL- HERBICIDE APPLICATION;EROSION CONTROL-INSECTICIDE APPLICATION;EROSION CONTROL-MULCHING;EROSION CONTROL-LIMING;EROSION CONTROL-MOWING; rr EROSION CONTROL-PLANTING TREES/SHRUBS/PLANTS;EROSION CONTROL-ROADSIDE RESTORATION;EROSION CONTROL-SEEDING;EROSION CONTROL-SODDING;EROSION CONTROL-TOPSOIL APPLICATION;EROSION CONTROL-WEED CONTROL;EROSION rr CONTROL-SOIL STABILIZATION Street: P O BOX 1805 City: WOODINVILLE State: WA Zip: 98072 Voice: (360)863-2797 Fax: (360)805-0294 E-mail: OUTWESTLANDSCAPE(ct,AOL.COM Contact: OOSTERWYK TERESA Owner: OOSTERWYK TERESA Certification No.: D2F4710710 Washington Cert.: WBE Federal Cert.: DBE Prime NAICS: 561730 2nd NAICS:238220 3rd NAICS: 4th NAICS: 5th NAICS: 6th NAICS: 7th NAICS: 8th NAICS: Copyright 1995-2008BIP Software, Inc. All Rights Reserved. rrr r Mf 1 6/15/2010 12:28 PM IV CONTRACT DOCUMENT FORMS CITY OF RENTON +r IV CONTRACT DOCUMENT FORMS .r .r. r aw go o No f .a go err �r W IV CONTRACT DOCUMENT FORMS CITY OF PENTON THIS PAGE INTENTIONALLY LEFT BLANK r r Bond #67173B5 IV CONTRACT DOCUMENT FORMS CITY OF RENTON BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: am That we,the undersigned EnD General Construction, Inc. as principal, and First National Insurance Company Of corporation organized and existing under the laws of'the State-orrica Washington as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as suretv are iointly and severally held and firmly bound to the City of Renton in the penal sum of$ 87B,600.36 *for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person re.Dresentatives.as the case may be. * Eight Hundred Seventy Eight Thousand Six Hundred Dollars & 36/100 This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington,this day of 201 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG .10-067providing for construction of Logan Ave.N. Stage 2 Lake Washington Trail Project a the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS,the principal has accepted, or is about to accept, the contract; and undertake,to perform the.work therein provided for in the manner and within the time set forth; NOW,THEREFORE; if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time'as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work,and shall hold said City of Rentonharmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. EnD General Construction Inc. First National Insurance Company of Arler ca Pri p S -Ly O 'Oe', fA --I rr11 S a u alar rett N. Meier, Attorney-in-Fact �• Title Title Page 41 Bond to the City of Renton Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w,Av.bxwa.cem-Always Verify Scale IV CONTRACT DOCUMENT FORMS CITY OF RENTON SURETY ACKNOWLEDGMENT ++� STATE OF WASHINGTON COUNTY OF KING' 10 On this day of >2007,before me,the undersigned,a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared Brett N. Meier to me proven to be theAttorney-in-Fact of the corporation that executed the foregoing;instrument, and acknowledged the said instrument to be the free and voluntary act and deed to said corporation, for the,uses and purposes therein mentioned, and on oath stated that he/she was;authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. TA.RY PUBLIC to and for the State of Washington Printed Name: Julie M. Glover Residing at: Bothell, +WA My Commission Expires:09/21/2011 40 nr sr rr Page 44 Provided to Builders Exchange of WA, Inc.,For usage Conditions Agreement see www.bxwa.com-Always Verify Scale POWER OF ATTORNEY 'r KNOW ALL BY THESE PRESENTS: No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint r ********************BRANDON K.BUSH;STEVEN K.BUSH;M.J.COTTON;JIM W.DOYLE;CHAD M.EPPLE;JULIE M.GLOVER;DARLENE JAKIELSKI;JIM S.KUICH;THERESA A.LAMB;BRETT N.MEIER;MICHAEL A.MURPHY; NANCY J.OSBORNE;ANDY D.PRILL;S.M.SCOTT;STEVE WAGNER;Bothell,Washington************************* its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of April 2010 Dexter R. Legg,Secretary Timothy A. Mikolajewski,Vice President �+ CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint r" individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. a "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, .w the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." i, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force dM and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this day of SVRAMCF CO SEAL z a� -ei IS 2 8 -,0 � ✓y�'�6fON4—U. "+ Dexter R. Legg,Secretary a� S-1049/DF 3/09 WEB PDF aw IV CONTRACT DOCUMENT FORMS CITY OF RENTON OWNER arr STATE OF WASHINGTON COUNTY OF KING I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that(he/she) signed this instrument and acknowledged it to be(his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated: to NOTARY PUBLIC in and for the rr State of Washington wr Printed Name: Residing at: My Commission Expires: rrr .r. w IV CONTRACT DOCUMENT FORMS CITY OF RENTON 10 CORPORATION ag STATE OF WASHINGTON so COUNTY OF KING as On this day of 2010, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared 06 to me known to be the of the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said rrf corporation, for the uses and purposes therein mentioned, and on oath stated that was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. Dated: NOTARY PUBLIC in and for the State of Washington Printed Name: X111 Residing at: My Commission Expires: 16 �t I1i11 rr LFirst National Insurance Company of America s {T POWER 1001 4th Avenue mutuill OF ATTORNEY Suite 1700 Seattle,WA 98154 rr No. 7351 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint rr ************STEVEN K.BUSH;BRANDON K.BUSH;M.J.COTTON;JIM W.DOYLE;CHAD M.EPPLE;JULIE M. GLOVER;DARLENE JAKIELSKI;JIM S.KUICH;THERESA A.LAMB;MICHAEL A.MURPHY;NANCY J.OSBORNE; ANDY D.PRILL;S.M.SCOTT;STEVE WAGNER;Bothell,Washington*************************************** .r its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents +r this 21st day of March 2009 Dexter R. Legg,Secretary Timothy A. Mikolajewski,Vice President rr CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant s Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney ar issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation on this �YIG'l day of ����e2�� �.t � , Z016 . `�SVQPACE s !.. aRvorr,��> q SEAL 1928 r°r fy� �°fw�s+ \�^+ Dexter R.Legg,Secretary i y7 S-1049/DF 3/09 • WEB PDF aw do IV CONTRACT DOCUMENT FORMS CITY OF RENTON' 9rr Bond No. 6717407 rr LANDSCAPE AND IRRIGATION MAINTENANCE BOND Name of Project:Logan Ave.N.Stage 2 Lake Washinitton Trail Project Contractor EnD General Construction, Inc. Address 28605 SE 216th Lane, Maple Valley,WA 98038 .r WHEREAS, EnD General Construction, Inc. herein after referred tans "the Principal", has applied to the City of Renton, hereinafter referred to as "the City", to construct the;project' known as within the City of Renton Section 7 & 18 Township 2N,Ranged E. W.M. and; WHEREAS,the City approved the requested action on ,and; WHEREAS, the approval granted by the City and the provisions of the Renton Municipal Code require certain improvements to be made in connection with:construction of the project, the improvements are shown on the approved site plan and other required plans and as further defined by the conditions identified in the City file,and; arr WHEREAS, a further condition is that the Principal will maintain,replace,repair landscape and irrigate in said project for a period of 24 months from their final acceptance by the City. NOW,THEREFORE, First National Insurance the undersigned PRINCIPAL and bonding company, Company of America ,a corporation authurized,to transact suretybusiness in the State of Washington,hereinafter referred to as"The Surety", agree and bind themselves,their heirs,executors, administrators, and assigns,jointly and severally, unto the City in the penal sum of Seventy Four Thousand One Hundred Sixty Seven and 95/10074167.95 ,f$ , ),lawful money of the United States;according to the following terms and conditions; air 1. Failure to Repair and Maintain. If the Principal does not repair and maintain all improvements required by the above-referenced conditions, plans, and:file within of 24 montlis,'then the aw Surety shall,upon the demand of the City remit to the City within'ten,(Ib)days of receipt of said demand the amount of this bond or such lesser amount as may be specified in the demand, Page 42 Landscape and Irrigation Maintenance Bond dw Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www;bxwa.com-Always Verify Scale ar Jim IV CONTRACT DOCUMENT FORMS CITY Of RENTON 2. RFe2airs by City. In the event the Principal fails to make any repairs or nairttenance on the improvements within the time period specified;by the City (generallyafter fourteen (14) days notice or less if the City determines an emergency exists),its employees and agents shail'have the right at their sole election to enter onto said property d€scribed,above for the purpose of making repairs or maintenance.`This provision'shall not be construed as creating an obligation on'the pair' of the City or:its representatives to repair or maintain such improvements. The Principal,and Surety agree to reimburse the City for all costs to the City,plus an additional surer equal to'fifteen percent(15%)of the City's costs for administrative and enforcement expenses. 3. Attorney Fees. tri the event any lawsuit is instituted by the City of Renton the;Principal or the surety to enforce the terms of this bond or to'_determine the rights of any party'hereunder, the prevailing party in such litigation shall be entitled to;recover'from the losing party its costs,: including reasonable attorneys'fees,incurred as the result of the lawsuit. 4. Release of Band. This bond.shall remain in full force and effect until the obligations secured hereby have been fully performed, and until released in writing by the City at the request of the Surety of the Principal upon expiration of the period specified in paragraph(1)above. rw DATED this 2nd day of September 2010. aw First National Insurance Company of America (206)786-5383 Bonding Company Principal Phone# ar �_ €icer Signature Principal Signature Jim S.Kuich,Attorney-in-fact AfJf),r2, Officer Printed Name&Title Principal Printed Name PO Box 3018, Bothell,WA 98041-3018 40 (425)489-4500 Address/Phone Accepted by the City of Renton a Date: AN Page 43 , Provided to Builders Exchange of WA,Inc For usage Conditions Agreement see www.bxwa com-Always Verify Scale 00 IV CONTRACT DOCUMENT FORMS CITY OF RENTON Landscape and Irrigation Maintenance Bond .. Bid Items aw Bid Item Qty Unit Description wr 28 11 Each PSIPE Acer Rubrum `Scarsen' 2-1/2" Cal. B&B Select 29 33 Each PSIPE Viburnum Davidii 12-18" Spr. 30 17 Each PSIPE R. Jean Marie 30-36" Ht. 31 12 Each PSIPE Pieris X `Forest Flame' 21-24" Ht. 32 8 Each PSIPE Euonymus Japonicus `Silver King' 36" ht min. .r 33 8 Each PSIPE Euonymus Alatus `Compacta' 30-36" ht. 34 6 Each PSIPE Berberis thunbergii `Atropurpurea' 21-24" ht. 35 778 Each PSIPE A. Uva-Ursi `Vancouver Jade' 4" Pot 40 1 Lump Sum Irrigation System irr r. .r ir. `r IV CONTRACT DOCUMENT FORMS CITY OF RENTON FHWA FEDERAL-AID CONTRACTS ONLY THIS AGREEMENT, made and entered into this X day of 20 10 . by and between THE CITY OF RENTON, Washington, a municipal corporation of he State of Washington, hereinafter referred to as "CITY" and 61,P 6f_1VEr\ -6:JW_57,✓Zverionr(At C hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 100 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No. CAG 10- ) for improvement by construction and installation of: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. Construction of a Asphalt Concrete Pavement shared-use trail along Logan Ave. N. from N. 6`h Street to N. 3`d Street. Work includes the re-channelization of Logan Ave. N., construction of concrete curb and gutter, landscaping , irrigation, illumination, signing and adjustment of existing utilities. The Trail section consists of ACP Cl. B, and the other portions of new pavement consist of Concrete, and HMA Cl. 12" PG 64-22 and other work necessary to complete the Work as specified and as shown in the Contract Documents. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. go 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 go Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. rr a) This Agreement b) Instruction to Bidders c) Project Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Addenda, if any and all modifications or changes issued pursuant to the Contract Documents. ML w IV CONTRACT DOCUMENT FORMS CITY OF RENTON 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its-completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the 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 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 4W respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the +r 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. +rr 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any �r way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than IV CONTRACT DOCUMENT FORMS CITY OF RENTON 40 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 (in accordance with Standard Specifications) liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance only that work listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the "Federal Non-participating Items," unless a longer period is specified. However, all manufacturer's warranties or guarantees on electrical and mechanical equipment, consistent with those provided as customary trade practice, shall be assigned to the City at the time of project err acceptance. The Contractor shall further be required to supply warranties or guarantees providing for satisfactory in-service operation of any mechanical and electrical equipment and related components involved in Group(s) none of the Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period not to exceed 6 months following project acceptance. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; ry said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The total amount of this contract is the sum of 78 A 6 op numbers 616fl-r J4UA19R D TNouSA,p,SIX 1-4u1JPa ,D DoLL/¢r` 5 /,1/03 •.—f'j•� X2-7'y—5'� �/ C L5V_r9 written words which includes any required Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. wry IV CONTRACT DOCUMENT FORMS CITY OF RENTON 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 r+ above-written. (Y ONTRACTOR Ift.ITY OF RENT N .r Presie e-/Owner Mayor Denis Law ATTEST Seer e ar Bonnie I . Walton, City Clerk dba V& L "-,0 aa Firm Name check one CAW O Individual O Partnership Xcorporation Incorporated in i- ( o d(e we Attention: r If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy "` of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing �+ business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. rir wr r IV CONTRACT DOCUMENT FORMS CITY OF RENTON 0 Y o� City of Renton ' k M Risk Human Resources & sana Management 9 �+ Department Insurance Information Form FOR: PROJECT NUMBER: CAG 10-067 STAFF CONTACT: James P. Wilhoit � Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No 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 1111 *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. rr Agency/Broker Completed By(Type or Print Name) 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 X111 `r IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by am 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, employees, �wr 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 rr 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. �r 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 W 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. 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 err above named contract for the above named OWNER. Date Authorized Representative r Signature r r.. rrr IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ' CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS ■r 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 (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles 11111 • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A) -Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 1111 wr IV. CONTRACT DOCUMENT FORMS CITY OF RENTON LIMITS REQUIRED The(CONTRACTOR) shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 60 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 wr *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability wr Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation . Coverage A(Workers'Compensation) -Show WA L&I Number rw Umbrella Liability Each Occurrence Limit $ 1,000,000 r General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 WW Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 4r Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect to for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis wr Per Loss $ 1,000,000 Aggregate $ 1,000,000 rr wr aw we IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. IN The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two (2)years after completion of the project. +rY Wk NO �i � OP ID ME DATE(MMIDD/YYYY) Ala= CERTIFICATE OF LIABILITY INSURANCE ENDGE-1 08/16/10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ++e Hub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 0. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# YWN INSURED INSURERA. Liberty Northwest _ INSURER S EnD General Construction, Inc. — — '— '--"- Erik & Darcee Sanders INSURER Cc 28605 SE 216th Lane rr Maple Valley WA 98038 INSURER E, INSURER E'. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR OD't7.._—_-- —�._.--. .,_.—..- POLICYEFFECYI POLTi;VE3i�TRA1`IDt7l----- LIMITS ------- ---- -- LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DDM! DATE MM/DD/YY A � XNERAL LIABILITY COMMERCIAL GENERALLIABIUTY EACH OCCURRENCE $lOOOOOO BKW53464450 06/21/10 06/21/11 j PRE�Mses EaoccuRENTre ce) $100000 r��� f ! J CLAIMS MADE OCCUR MED EXP(Any one person) $lOOOO PERSONAL&ADV INJURY $ 1000000 do X Per Proj/Per LOC GENERAL AGGREGATE $2000000 rE 'L AGGRE'LAGGREGATELIMITAPPLIESPER-. I PRODUCTS-COMP/OPAGG $2000000 POLICY X 'JE1 I Loc Emp Ben) 1000000 IIIIIIIIIII rCOMBINED SINGLE LIMIT A AUTOMOBILE LIABILITY X ANY AUTO BAW53464450 06/21/10 06/21/11 (Ea accident) $1000000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS I (Per person) � X HIRED AUTOS `—...� BODILY INJURY $ j X !NON-OWNED AUTOS (Par accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ ttt JJJ OTHER THAN AUTO ONLY AGG $ i EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE_ s2,000,000 A X OCCUR r CLAIMS MADE US053464450 06/21/10 06/21/11 AGGREGATE $2,000,000 $ DEDUCTIBLE �, $ � I rx- RETENTION $ I � $ WORKERS COMPENSATION AND TORY LIAIlI MITS X EIR EMPLOYERS'LIABILITY --- A 'ANY PROPRIETOR/PARTNER/EXECUTIVE BKW53464450 06/21/10 ) 06/21/11 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? WA STOP GAP E L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under --'--------'------ --_-'----- iW SPECIAL PROVISIONS below E .DISEASE-POLICY LIMIT $1,000,000 OTHER m DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF RENTON THEIR ELECTED OR APPOINTED OFFICERS, OFFICIALS, EMPLOYEES, SUBCONSULTANTS, AND VOLUNTEERS. COVERAGE IS PRIMARY & NON-CONTRIBUTORY. SEE ATTACHED ENDORSEMENT. RE: LOGAN AVE. N STAGE 2 LAKE WASHINGTON TRAIL PROJECT CONTRACT CAG 10-067 CERTIFICATE HOLDER CANCELLATION AIY CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF RENTON IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 1055 S. GRADY WAY RENTON WA 98057 REPRESENTATIVES.AUTHORIZED REPRESENTA �yJ3/ ACORD 25(2001/08) ©ACORD CORPORATION 1988 rr r1Y 0 C n ry 4 � q L q U,a t o r G m 0 L U M r-: C L•ar O a _os•� o� ev V O rot U ,m,nu:T Y K n u c �••- mu -m u `u 3cm ?�-Y,$ � o. > o acuc � e v a � o� 'rr � � � u Y.SIy � n. ,yi'a �� 7� J m d j � 1 n� �.` tl n u y C C ° ° ✓ _• a; - 'm O Qo �S�y � a m .4 m 2Zc 4a £5= uc° 3pOe og Ec — � , n� 0 � C O •. 4 a a,- C n; . C .. �i�... O�,C S ;� c _ A a a pE N £unm o. u a_ a ' orJ N n m - � tl cu c 2� ��wG-. ? n •- c un tl �a •- q a7uy j L F ,J F- 3N.E F' C u CN a ry n v a w w �n w w n •. m m m m m n m n e m o.l r•r °' a c7 ri rci7 u l2 .J W Q } E K u O N 2 cr O W O Y c a 7 U dCJ J Q X Z w � ..J O. f/1 �I vi .c U a• V K p L' CC Lu V)U 4i Lu f- e d N O U 7 bj W w K ,Q Cl tWf� u O S V S Q a Y a Z W W w 9 a - d ■/ z = � Na k S Q w w � � V p � 4 w a ti � n = E z 2 w w 4 F F W Ld 'z O z ¢ M O n zwz Gj y a 2 W AN J Fu♦- N OG F ' 4 O J w O ui a rNr. c�7 rcu7 ? a F a a o O m W a O u .r o a dO ••E h � '��°n' m a � n S v m c t E2 m aY n P w U � J M A ; p er N ,•• C O G S_ wo ° K to v'Y E cY r• �" _ n P a _ ., vin e � 3-.`z u p o= a m E- �c v 3 a `oma` `e ° a;� c °' w .^! a x � m a � .• nQ 9 a'= F31 E I A tl OL 0 C .. R C— w S m tits •:E,2 ti.o c c a o G ��^°' - ?a ai `� 9_a � �a` .„ A c '. o j E _co �. .. u " "� 3 v c-L c � a T 'j G T r L 7 K� � d q a 1! # O E G Q a OC W� C R a � � Z 4 N� ��� m f•.Y. P 3 _ Y � C.r O 6 .- ry Cf v F1 Q -- 2 � d w 4� -... a•��- m H W O L W y � �. W V-1 I- N S c1 L W cp ri ar - • m � m m� c Y w o n • L = a c a m a.tl 6y �n .n b-Y� � y � �� n n m L o o V A P O. Y w � � Lf C m L O1 54 m3 a s go -r..cm $ oni� o •M E•N n _ ° A a• O cpi- N w ` c•o ca n + $M-_°H 2 0 ,..c ^ ro �G p ° o n v H°Y' C G G � a C m �.^ E p SET 1 nF o � n m W `oq�E a y v`n Um ¢ m ,�; d•`- a° - " - o �Y �� • O - C � 'I N C C �.�m.n O to � .�"- G � y� O _q v m u - n•p v N� •z a`.m 4 � w 09 e Q .- 3 ° t= zi5c f`'- wcccc � Qa, H -n i•m n c] ry t� BWII I.r _ ao o ag A m m .N° u C5 oo a u a E a a w 'c N 0 0 go3 a J c c x C 'o Dlb yE °c ao TE qfu o �' O It C [ n J m S L U •_ J i T. r 1 a of v c E x IZ `n m75 v w mom• K r q 3 u ct ova � aa« m n�� � E rj It2 ti° S a d m e CL S ,a, c 2'F v >- '' t m � `a'vot n 3 � '" P�,- a;m Ee •"a c C a u - .2 E c i° 3-"_ o o" u a ° a T.'� � h o c � ,c,°} w ?s•, - .. w c o a? a F, ,.a v T G d � o - � T.r —`v' c m•t+:t $ EO, n f`-" � � = °1 ac u 25 E 0.- m— �a a oma ho ° v °a ° -5D ;�naup c f- ,yII ai 4 2oc �� o Y dap -maw a. ma,p w �- . IN p v wa ] n d d 3� H t u O d Cd fF w m -� ca m tr I�V�L91111lNNNC'iNNI I���fIfl��NNf�IN1�JIN11!�� r`• ° c 15, n^ y A o c c a rya a � >•e o >- m r v O O C o b o - 17 °� v a o O tc 21 N a ifW u o4'1 -• v c a —'� � o v� w o u c.� `g u# � �o , 3 � � ; ei 7 ma E.E _ ° `a r.°• 3 t m fi C _ :. " =' ] c ool cLLO G c w n " T c c_ r_. c m d ° 5 � - � :tic m a 'n ro ° to �� Q 6 L❑ Y�' N C`- C Q Q ` a U 2 d 0. —O ,,n T O D O C Oof— — L d u '`c is a r S CJ n O._ 3 [�n .._ H: m � o s n'� `_ 'c •t _ 0. LL F- N J K r-. ... •I r- u L to F• �- AN im y mu N o rn - e'u'a ro E y 3 '•pO o f � E cr n 2 c p — � C � T T. •`mm3 nmZ x o ° >L .� � > �E C m � r � �i m E n � ° ° •� `m°t c�0"o r,c. f N.. ti- d+- N O L j- � j l:• � m m G a O. �.' v' .t: '•� O oil C'�°�'rN d'C As t 7 q W u v .`.r O O A `� br O a �`O• � � e y r: v� c� x it� h N >> O G J, p c °'a m m __ °• '� Z ci E a � m a 0.E c n t R= a v_ r] ]L T N Q P r P x � L r il• O ❑ � Or X} � E 4 C 41 � N T q n tJ a C AN m a 7i r v F n m am M a Z n H m As O � O b �• �'nC 2 O to c X11�.mc `-• T EvNN 'r o o m° r N � a c _v ` = x� 3 M •- ` p ?m �� C S u U � a L ? 1 - vr - c° O � 'a�S L y j? [y u•� _ x ° � � 'O A `.L. m N m G 3 ' n b t � � ° O U g a-� - `yT mry S "o' � u � dy c a p1 Y GFS � a o o �•c Al � i, c Q „v _.. °-'cTdRQQQ a: •- ciE r m� Les � W � _ _ a m to a 4 a � e a ] } \ � tz 13 a } § i ! - � Am15 do - ( - 2 \ \\ f a _ rw IV. CONTRACT DOCUMENT FORMS CITY OF RENTON or rrr err Wrr V r REQUIRED DOCUMENTS FOR FEDERAL-AID ow CONSTRUCTION CONTRACTS ow r r rrl THIS PAGE INTENTIONALLY LEFT BLANK W wr rr r► Amendment to Form FHWA 1273 Revised May 25, 2007 wr .r FHWA-1273 Electronic version—March 10, 1994 an REQUIRED CONTRACT PROVISIONS „" FEDERAL-AID CONSTRUCTION CONTRACTS (REV 3-10-94) (7-00) I. General so II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage go V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion go XII. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) + I. GENERAL 1. These Contract provisions shall apply to all work performed on the Contract by the Contractor's own organization and with the assistance of workers under the Contractor's immediate superintendence and to all work performed on the Contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the Contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the Contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section 1, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this r. Contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the DOL, or the r Contractor's employees or their representatives. 6. Selection of Labor: During the performance of this Contract, the Contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. Amendment to Form FHWA 1273 rr► Revised May 25, 2007 " II. NONDISCRIMINATION rrr (Applicable to all Federal-aid construction Contracts and.to all related subcontracts of$10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO)requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the Contractor's project activities under this Contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this Contract. In the execution of this Contract, the Contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The Contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the Contract. an b. The Contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall go include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 10 2. EEO Officer: The Contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active Contractor program of EEO and who ,must be assigned adequate authority and responsibility to do so. od 3. Dissemination of Policy: All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's EEO policy so and Contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted so before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. , b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the Contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the Contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible of to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the Contractor will include in all advertisements for .o employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. air a. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group Amendment to Form FHWA 1273 Revised May 25, 2007 rrr orr. rr employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. b. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO Contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. wr 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national so origin, age or disability. The following procedures shall be followed: a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. rrr b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contractor will promptly investigate all complaints of alleged discrimination made to the rr Contractor in connection with his obligations under this Contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such vrr other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State err regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this Contract, this subparagraph will be superseded as indicated in the special provision. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the Contractor relies in whole or in part upon unions as a source of employees, the rr Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or through a Contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions,joint training programs aimed toward qualifying more minority group members and women for membership in the unions and ■r Amendment to Form FHWA 1273 Revised May 25, 2007 +r .r increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the ' Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these Specifications, such Contractor shall immediately notify the SHA. 8. Selection of Subcontractors,Procurement of Materials and Leasing of Equipment: The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The Contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this Contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this Contract. The Contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The Contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The Contractor shall keep such records as necessary to document compliance rri with the EEO requirements. Such records shall be retained for a period of 3 years following completion of the Contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. , a. The records kept by the Contractor shall document the following: (1) The number of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The Contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and nonminority group employees currently engaged in each work classification required by the Contract work. This information is to be reported on Form FHWA- 1391. If on-the-job training is being required by special provision, the Contractor will be required to �rri collect and report training data. III.NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction Contracts and to all related subcontracts of$10,000 or more.) s Amendment to Form FHWA 1273 Revised May 25, 2007 irr a. By submission of this bid, the execution of this Contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construction Contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not .r maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this Contract. The firm further certifies.that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms,, and other storage W or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override(e.g. disabled parking). c. The Contractor agrees that it has obtained or will obtain identical certification from proposed W subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of$10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE as (Applicable to all Federal-aid construction Contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: do a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor W under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b) (2) of the Davis- Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b,hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics + shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than 1 classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. rr Amendment to Form FHWA 1273 Revised May 25, 2007 dw as c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this Contract. 2. Classification: a. The SHA Contracting officer shall require that any class of laborers or mechanics employed under the Contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The Contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers,when such a classification prevails in the area in which the work is performed. c. If the Contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the Contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting officer or will notify the Contracting officer within the 30-day period that additional time is necessary. d. In the event the Contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the Contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting officer or will notify the Contracting officer within the 30-day period that ON additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics r includes a fringe benefit which is not expressed as an hourly rate, the Contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the Contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of ' the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S.DOL) and Helpers: roti a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program Amendment to Form FHWA 1273 Revised May 25, 2007 rr Aw W registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who aw is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman-level employees on the job site in any craft as classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate ' + listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman-level hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in +r� the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different '•" practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized ++� by the Bureau, withdraws approval of an apprenticeship program, the Contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level 1W of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of +rr fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. Amendment to Form FHWA 1273 rr Revised May 25, 2007 aw 16 (4) In the event the Employment and Training Administration withdraws approval of a training program, go the Contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: go Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5.Apprentices and Trainees (Programs of the U.S.DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section 1V. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the irY particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: 06 The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the Contractor or subcontractor under this Contract or any other Federal Contract with the same Prime Contractor, or any other Federally-assisted Contract subject to Davis-Bacon prevailing wage requirements which is held by the same Prime Contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the Contract, the SHA Contracting officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 ad hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. go S. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the Contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such Contractor and subcontractor shall be liable to the no United States (in the case of work done under Contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the Amendment to Form FHWA 1273 Revised May 25, 2007 rr DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such Contract or any other Federal Contract with the same Prime Contractor, or any other Federally-assisted Contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS .r (Applicable to all Federal-aid construction Contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): �r The Contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the Contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the Contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b) (2) (B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian Contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the Contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each Contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and r� completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029- 005-0014-1), ,rr U.S. Government Printing Office, Washington, D.C. 20402. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the Contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under .rc paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either +rr Amendment to Form FHWA 1273 Revised May 25, 2007 16 directly or indirectly, and that no deductions have been made either directly or indirectly from the full ar wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the Contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the Contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The Contractor or subcontractor shall make the records required under paragraph 2b of this ao Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the Contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request aw or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS,SUPPLIES,AND LABOR 1. On all Federal-aid Contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification Contracts, and Contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the Contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds,"prior to the commencement of work under this Contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the Contract, to the SHA resident engineer on Form FHWA-47 r together with the data required in paragraph lb relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the Prime Contractor's option, either a single report covering all Contract work or separate reports apt for the Contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The Contractor shall perform with its own organization Contract work amounting to not less than 30 art percent (or a greater percentage if specified elsewhere in the Contract) of the total original Contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original Contract price before computing the amount of work required to be performed by the Contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the Prime Contractor and equipment owned or rented by the Prime Contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the Prime Contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, art abilities, or equipment not ordinarily available in the type of Contracting organizations qualified and expected to bid on the Contract as a whole and in general are to be limited to minor components of the overall Contract. Amendment to Form FHWA 1273 Revised May 25, 2007 2. The Contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the Contractor under the Contract provisions. 3. The Contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the Contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the Contract. 4. No portion of the Contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the Contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the Prime Contract. r+r VHI. SAFETY: ACCIDENT PREVENTION 1. In the performance of this Contract the Contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The Contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the Contract. 2. It is a condition of this Contract, and shall be made a condition of each subcontract, which the Contractor enters into pursuant to this Contract, that the Contractor and any subcontractor shall not permit any employee, in performance of the Contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this Contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of Contract performance to inspect or investigate the matter.of compliance with the construction safety and health standards and to carry out the +rr duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by Engineers, Contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in 1 or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project "submitted for approval to the Secretary of Transportation; or Whoever Amendment to Form FHWA 1273 r Revised May 25, 2007 r 16 knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or go Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not 46 more than 5 years or both. X.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of$100,000 or more.) By submission of this bid or the execution of this Contract, or subcontract, as appropriate, the bidder, Federal-aid construction Contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of Contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed there under. 3. That the firm shall promptly notify the SHA of the receipt of any communication from to the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY ++ AND VOLUNTARY EXCLUSION 1. Instructions for Certification-Primary Covered Transactions: (Applicable to all Federal-aid contracts -49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when mi the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its A Amendment to Form FHWA 1273 Revised May 25, 2007 +rr certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered rr transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the rr method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the non-procurement portion of the "Lists of Parties Excluded from Federal Procurement or Non-procurement Programs" (Non-procurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph f of these instructions, if a participant in'a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, w debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION--PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; rr c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph lb of this certification; and +r. Amendment to Form FHWA 1273 Revised May 25, 2007 irr Ili d. Have not within a 3-year period preceding this application/proposal had 1 or more public transactions rrl (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. rr 2. Instructions for Certification- Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of$25,000 or more -49 so CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when NO this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available rib remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was 10 erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have err the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction rri originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- 1W Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a ,o lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is Ila not required to, check the Non-procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of INN participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, 10' debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. INN CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS: 110 Amendment to Form FHWA 1273 Revised May 25, 2007 0111 .,, 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction Contracts and to all related subcontracts which exceed $100,000 -49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a irr Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant,loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of .r� Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed rrr $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this Contract, the Contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the Contract work is situated, or the sub region, or the Appalachian counties of the State wherein the Contract work is situated,except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the Contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the Contract work. c. For the obligation of the Contractor to offer employment to present or former employees as the result of a lawful collective bargaining Contract, provided that the number of nonresident persons employed under this subparagraph lc shall not exceed 20 percent of the total number of employees employed by the Contractor on the Contract work, except as provided in subparagraph 4 below. 2. The Contractor shall place a job order with the State Employment Service indicating(a) the classifications of the laborers, mechanics and other employees required to perform the Contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment ■r Service to complete the job order form. The job order may be placed with the State Employment Service Amendment to Form FHWA 1273 Revised May 25, 2007 irw in writing or by telephone. If during the course of the Contract work, the information submitted by the go Contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The Contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The Contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the Contractor, or less than the number requested, the State Employment Service will forward a certificate to the Contractor indicating the unavailability of applicants. Such certificate shall be made a part of the Contractor's permanent project records. Upon receipt of this certificate, the Contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph lc above. 5. The Contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 1 AMENDMENT 2 REQUIRED CONTRACT PROVISIONS 3 FEDERAL-AID CONSTRUCTION CONTRACTS 4 (Exclusive of Appalachian Contracts) 5 Under Section Il, Paragraph 8b is revised as follows: 6 The reference to 49 CFR 23 is revised to read 49 CFR 26. 7 Under Section Il, Paragraph 8b is supplemented with the following: 8 The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, c go sex 9 in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in 10 the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out thes requirements 96 11 is a material breach of this contract which may result in the termination of this contract or such other remedy as 12 the recipient deems appropriate. 13 Under Section II,in accordance with standard specification 1-08.1(A) and applicable RCWs a new paragraph 8d ism 14 added as follows: 15 The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory 16 performance of its contract and/or agreement no later than ten days from the receipt of each payment the prime 16 17 contractor receives from WSDOT or its sub recipients. The prime contractor agrees further to return retainage 18 payments to each subcontractor within ten (10)days after the subcontractor's work is satisfactorily completed. An, 19 delay or postponement of payment from the above referenced time frame may occur only for good cause followin 20 written approval of the WSDOT. This clause covers both DBE and non-DBE contractors. 21 22 Under Section IV, Paragraph 2b (4)is deleted. 23 24 Under Section IV, Paragraph 4, "and helpers" is deleted from the title. 25 26 Under Section IV, Paragraph 4a(1), add: am 27 28 The provisions in this section allowing apprentices to work at less than the predetermined rate when they are 29 registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment 66 30 and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a 31 requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State 32 Apprenticeship Agency, recognized by the Bureau,has not approved, or withdraws approval, of an do Amendment to Form FHWA 1273 Revised May 25, 2007 rrr 33 apprenticeship program. 34 35 Under Section IV, Paragraph 4c is deleted. 36 37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". 38 39 Under Section IV, Paragraph 7 is revised by deleting "helpers". 40 41 Under Section V, Paragraph 2a is revised by deleting "helpers". 42 43 Under Section V, Paragraph 2d(2)is revised by deleting "helper". 44 45 Am 45 Amendment to Form FHWA 1273 46 Revised December 2, 2002 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Under Section II, Paragraph 8b is revised as follows: The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section 11, Paragraph 8b is supplemented with the following: The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Under Section II, in accordance with standard specification 1-08.1(1) and applicable RCWs a new paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment .ir►► the prime contractor receives from WSDOT or its sub-recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non-DBE contractors. Under Section IV, the applicability statement is revised to read: "(Applicable to all ARRA funded r construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.)" Under Section IV, Paragraph 2b (4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a (1), add: The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide,apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws +� approval,of an apprenticeship program. Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". wr, Under Section IV, Paragraph 7 is revised by deleting "helpers". Amendment to Form FHWA 1273 40 Revised May 25, 2007 Wo Under Section V, the applicability statement is revised to read: "(Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.)" Under Section V, Paragraph 2a is revised by deleting "helpers". Under Section V,Paragraph 2b, the first sentence is revised to read: "The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made•, and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records of Material, Supplies, And Labor, is deleted. Amendment to Form FHWA 1273 Revised March 23, 2010 40 40 .r No rr .0 .r Amendment to Form FHWA 1273 Revised May 25, 2007 ow 4 r �wr +rr ow AMENDMENTS TO THE STANDARD SPECIFICATIONS to wr to r aw wr .r so +rr THIS PAGE INTENTIONALLY LEFT BLANK .w .ri +rr . err wr INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS irr The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. r 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. tr 02.AP 1 SECTION 1-02,BID PROCEDURES AND CONDITIONS January 4, 2010 1-02.7 Bid Deposit �r. In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. .rr 1-02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: r For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location �w and time identified in Section 1-02.12. The following new paragraph is inserted after the fust paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1-02.12. The Bidder shall r fill in all blanks on this envelope to ensure proper handling and delivery. 06.AP 1 SECTION 1-06, CONTROL OF MATERIALS April 5,2010 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub-section: 1-06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components r • Cantilever Sign Structures and Sign Bridges • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Additional items as may be determined by the Engineer. rw The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per *inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per *inspection day, from Seattle but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection w activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. as �r go go w rr go 1W 00 1-06.2(2)A General Table 2"Pay Factors"on page 1-39 is revised to read: Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(PU+PL)-100 40 Category n=3 n=4 n_5 n_6 n=7 n=8 n=9 n=10 n=12 n=15 n_18 n_23 n--30 n=43 n=67 to to to to to 1 to to to n_11 n=14 n=17 n=22 n_29 n_42 n=66 m 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 69 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 40 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued �w Table 2 "Pay Factors"on page 1-40 is revised to read: Table 2 Pay Factors(continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(Pu+PL)-100 Category n=3 n=4 n=5 n=6 n=7 n_8 n_9 n_10 n_12 n=15 n_18 n_23 n=30 n_43 n=67 No to to to to to to to to n=11 n_14 n=17 n_22 n_29 n=42 n_66 ^� 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 T5- 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 rail 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note:If the value of(Pu+PL)-100 does not correspond to a(Pu+PL)-100 value in this table,use the next smaller(P.+P)-100 value. litarY +r 07.AP1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 rr► 1-07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8-17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid item "Reimbursement for Third Party Damage". 1-07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: +m Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1-inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or me pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. u The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified rr Arborist as designated by the Engineer. 08.AP1 .r SECTION 1-08, PROSECUTION AND PROGRESS April 5,2010 �r 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20-calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: w low rrr When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. 09.AP1 SECTION 1-09, MEASUREMENT AND PAYMENT January 4, 2010 1-09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and r as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part wr of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. aw In the third paragraph, the second sentence is deleted. l0.AP 1 r" SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 5,2010 so In Division 1-10, all references to "truck mounted" are revised to read "transportable". 1-10.2(3) Conformance to Established Standards to In the fifth paragraph, the reference "(TMA's)" is deleted. 1-10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator/arrow board". +� 1-10.3(3)A Construction Signs In the fourth paragraph"height" is replaced with "top of the ballast". r 1-10.3(3)) Truck Mounted Attenuator The title for this section is revised to read: err 1-10.3(3)) Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9-35.12. In the third paragraph,the reference to "truck's" is revised to read "host vehicle's". 1-10.4(2) Item Bids with Lump Sum for Incidentals .r All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph,the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1-10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". wr O LAP2 SECTION 2-01, CLEARING, GRUBBING,AND ROADSIDE CLEANUP April 5,2010 "` 2-01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: of e. Upon which embankments will be placed except stumps may be close-cut or trimmed as allowed in Section 2-01.3(1) item 3. +gyri 02.AP2 SECTION 2-02,REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2-02.3 Construction Requirements ► The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. Wo OLAPS SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION January 4, 2010 5-01.2 Materials The referenced section for the following item is revised to read: w Dowel Bars 9-07.5(1) .r 04.AP5 SECTION 5-04, HOT MIX ASPHALT April 5,2010 .� 5-04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000-tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a rr class of HMA, with the same PG grade of asphalt binder, are 4,000-tons or less. 5-04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for �r acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5-04.3(10)B1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. iW 05.AP5 SECTION 5-05, CEMENT CONCRETE PAVEMENT April 5,2010 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to"AASHTO T 22" are revised to read"WSDOT FOP for AASHTO T 22". The eighth paragraph is revised to read: + Acceptance testing for compliance of air content and 28-day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall r aw I& be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 5-05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48-hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5-05.3(3)unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5-05.3(3), parallel to centerline, from which the r profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. wr 5-05.3(16) Protection of Pavement All references to"AASHTO T 22" are revised to read"WSDOT FOP for AASHTO T 22". No 5-05.3(17) Opening to Traffic All references to "AASHTO T 22" are revised to read"WSDOT FOP for AASHTO T 22". to 02.AP6 SECTION 6-02, CONCRETE STRUCTURES „o April 5, 2010 6-02.3(6) Placing Concrete r The third paragraph is revised to read: All foundations, forms, and contacting concrete surfaces shall be moistened with water just before to the concrete is placed.Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph: The submittal to the Engineer shall include justification that the concrete mix design will remain fluid for interruptions longer than 30-minutes between placements. 6-02.3(10)D Concrete Placement, Finishing, and Texturing The following paragraph is inserted at the beginning of this section: w1r Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2-06 and 5-05.3(6). 6-02.3(11) Curing Concrete In the fifth paragraph"Type 113"is revised to read"Type 1D, Class B". 6-02.3(17)F Bracing Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: %W .. Girder Series Distance in Inches W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges WF36G, WF42G, WF50G, 70 W1758G, WF66G, WF74G, WF83G, W1795G, and WF100G �r W32BTG, W38BTG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WFIOOPTG 6-02.3(17)N Removal of Falsework and Forms The first paragraph including table is revised to read: If the Engineer does not specify otherwise, the Contractor may remove forms based on an applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row.The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor remove forms or falsework without the Engineer's approval. WN 4W M aw as r w nrr err .rr Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strengthl Stren thl Columns, walls, non-sloping — — 3 days box girder webs, abutments, footings,pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non-sloping — 1400 psi 18 hours �► box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile — — 18 hours 4 caps, and shaft caps.2 Crossbeams, shaft caps, struts, 80 — 5 days inclined columns and inclined go walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders.3 Box girders,T-beam girders, 80 — 14 days and flat-slab Superstructure.3 Arches. 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete laced affecting any span. .wi The third and fourth paragraphs are deleted. The fifth paragraph is revised to read: No Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not become dry during form removal if removed during the cure period. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings In the fourth paragraph"9-20.3(4)" is revised to read"Section 9-20.3(4)". of 6-02.3(24) Reinforcement This first paragraph is revised to read: "k No to wr Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6-02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. AW The 14th paragraph is revised to read: +�. Clearances for main bars shall be at least: 4-inches between: Bars and the surface of any concrete masonry exposed to the aw action of salt or alkaline water. 3-inches between: Bars and the surface of any concrete deposited against earth aw without intervening forms. 2-'h-inches between: Adjacent bars in a layer. Bridge deck bars and the top of the rr bridge deck. 2-inches between: Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. 1-'h-inches between: Bars and the surface of concrete when not specified otherwise in r this Section or in the Plans. Barrier and curb bars and the surface of concrete. 1-inch between: Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast-in-place concrete box girder. .s The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be 1/2-inch less than the values specified for main bars but shall not be less than 1-inch. 6-02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read: 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of the unspliced bar.The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. 2. The total slip of the bar within the spliced sleeve of the connector after loading in tension to r 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between gage points clear of the splice sleeve: +r r a. 0.01 inches for bar sizes up to No. 14. b. 0.03 inches for No. 18 bars. 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 6-02.3(25) Prestressed Concrete Girders Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF36Q WF42Q WF50Q WF58Q WF66Q WF74Q WF83Q WF95G and WF100G Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to read: rir WSDOT standard girders in this category include Series WF74PTQ WF83PTQ WF95PTG and WF100PTG 6-02.3(25)L Handling and Storage In the third sentence of the second paragraph, the reference to "1-foot-9-inches" is revised to read "3-foot- go 0-inches". 6-02.3(25)N Prestressed Concrete Girder Erection .rr The seventh paragraph is supplemented with the following: The aspect ratio(height/width) of oak block wedges at the girder centerline shall not exceed 1.0. rrrr 6-02.3(26)E Ducts Beneath the heading "Ducts for Internal Embedded Installation' the second sentence in the second paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of PP0340B 14541 to PP0340B67884. w 6-02.3(28)F Tolerances The reference to "PCI-MNL-166" is revised to read "PCI-MNL-116". 03.AP6 SECTION 6-03, STEEL STRUCTURES .rw April 5,2010 6-03.3(25) Repair Welding In the first paragraph"2002" is revised to read"2008". 6-03.3(25)A Welding Inspection In the first paragraph"2002" is revised to read"2008". In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised to read Nit "2008 Bridge". 6-03.3(29) Vacant This section including title is revised to read: o. Welded Shear Connectors All welded shear connectors on steel girder top flanges shall be installed in the field after the forms for the concrete bridge deck are in place. The steel surface to be welded shall be prepared to SSPC- SP 11, power tool cleaning,just prior to welding. Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2008 Bridge Welding Code. After the welded shear connectors are installed, the weld and the disturbed steel surface shall be cleaned and painted in accordance with Section 6-07.3(9)I. .rr 07.AP6 SECTION 6-07, PAINTING April 5,2010 6-07.3(9)G Application of Shop Primer Coat aw In the second paragraph, the second, third, and fourth sentences are deleted. 6-07.3(9)I Application of Field Coatings The following new paragraph is inserted preceding the first paragraph: Prior to applying field coatings, the Contractor shall field install welded shear connectors on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in the Plans. After installation of the welded shear connectors, the weld and the disturbed surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11 and primed. 6-07.3(10)H Paint System In the first sentence of the first paragraph"new steel"is revised to read "existing steel". 09.AP6 SECTION 6-09,MODIFIED CONCRETE OVERLAYS January 4,2010 6-09.3(6) Further Deck Preparation In the second paragraph,item number 3. and 4. are revised to read: 3. Existing non-concrete patches as authorized by the Engineer. 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12-inches or more along the bar. 6-09.3(6)B Deck Repair Preparation In the first paragraph, the second sentence is revised to read: *a For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 3/a-inch minimum clearance around the top mat of steel reinforcing bars only where unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and the top mat of steel wr is broken. Wr .r 10.AP6 rr SECTION 6-10, CONCRETE BARRIER January 4,2010 6-10.3(1) Precast Concrete Barrier In the 12th paragraph, the first sentence is revised to read: Only 1 section less than 20-feet long for single slope barrier and 10-feet long for all other barriers may be used in any single run of precast barrier, and it must be at least 8-feet long. 6-10.3(6) Placing Concrete Barrier w The first paragraph is revised to read: Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: When a 10-foot straightedge is placed on the surface parallel to the centerline for the barrier, the surface shall not vary more than '/a-inch from the lower edge of the straightedge. If deviations exceed'/4-inch, the Contractor shall correct them as required in Section 5-04.3(13). no In the second paragraph, the first sentence is revised to read: The Contractor shall align the joints of all precast barrier segments so that they offset no more than '/a-inch transversely and no more than3/4-inch vertically. 12.AP6 SECTION 6-12, NOISE BARRIER WALLS April 5,2010 6-12.3(6) Precast Concrete Panel Fabrication and Erection Item number 3. in the first sentence of the first paragraph is revised to read: 3. The Contractor shall cast the precast concrete panels horizontally. I TAP6 SECTION 6-17, PERMANENT GROUND ANCHORS January 4, 2010 irr 6-17.3(7) Installing Permanent Ground Anchors In the third paragraph, the first sentence is revised to read: The tendon shall be inserted into the drill hole to the desired depth prior to grouting. In the third paragraph, the following sentence is inserted after the first sentence: ► Wet setting of permanent ground anchors will not be allowed. 02.AP7 SECTION 7-02, CULVERTS January 4, 2010 7-02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9-05.19": Steel Rib Reinforced Polyethylene Culvert Pipe 9-05.21 No High Density Polyethylene(HDPE)Pipe 9-05.23 7-02.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.",per linear foot. "High Density Polyethylene(HDPE)Pipe In. Diam. per linear foot. r 04.AP7 SECTION 7-04, STORM SEWERS or January 4, 2010 7-04.2 Materials rr In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9-05.20": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05.22 High Density Polyethylene(HDPE) Pipe 9-05.23 7-04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam.", per linear foot. "High Density Polyethylene(HDPE) Pipe In. Diam.", per linear foot. OLAP8 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5,2010 8-01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9-05.1(6) 8-01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. w In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington(East of the Cascade Mountain crest.) April 1 through October 31 17 Acres +� November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. WA The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. 40 The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below)using an approved soil covering practice. Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2-days maximum May 1 to September 30 7-days maximum at Eastern Washington(East of the Cascade Mountain crest.) as October 1 through June 30 5-days maximum July 1 through September 30 10-days maximum 8-01.3(1)A Submittals ro This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the to Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and 96 incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting ON Agency-provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). rr of IN The Contractor shall allow at least 5-working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8-01.3(1)B Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 220-030 EF". err 8-01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section". Aw Number 3., is revised to read: r. 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre-construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. Wr 8-01.3(1)D Dispersion/Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8-01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: ,r The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250-pounds per acre. rr In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 8-01.3(2)D Mulching In the second paragraph,the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. irr In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder". In the fourth paragraph, "MBFM" is revised to read"MBFM/FRM". 8-01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: r Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not of exceed 250-pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: The BFM may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including title is revised to read: Soil Binding Using Mechanically-Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM/FRM shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. rr 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only September 1 through October 1 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. ri 8-01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. ad mi to am 8-01.3(2)H Inspection The first sentence is revised to read: at Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: am Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's aw expense prior to payment. 8-01.3(2)I Mowing we In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above am ground shall be accomplished preceding or simultaneously with each mowing. 8-01.3(3) Placing Erosion Control Blanket im In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60-percent or greater, may be installed prior to seeding. 8-01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to". The last sentence is revised to read: Compost shall be Coarse Compost. 8-01.3(5) Placing Plastic Covering The first sentence is revised to read: r+r Plastic shall be placed with at least a 12-inch overlap of all seams. 8-01.3(6)A Geotextile-Encased Check Dam The first paragraph is deleted. 8-01.3(6)B Rock Check Dam This section including title is revised to read: 8-01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8-01.3(6)D Wattle Check Dam This section is revised to read: err Wattle check dams shall be installed in accordance with the Plans. lot 8-01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8-01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater then what is required in es Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). ori 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8-01.3(9)C Straw Bale Barrier lot This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8-01.3(9)D Inlet Protection This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table ad 2. When the depth of accumulated sediment and debris reaches approximately 1/z the height of an at internal device or '/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8-01.3(16). 8-01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: aa �r The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8-01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies". In the second paragraph "bank" is revised to read "slope". In the third paragraph "and" is revised to read "or". aw This section is supplemented with the following new paragraph: to Compost for Compost Socks shall be Coarse Compost. 8-01.3(14) Temporary Pipe Slope Drain i„ The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in irr accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8-01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. ,err 8-01.3(16) Removal In the second paragraph, the last sentence is revised to read: s This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8-01.4 Measurement The eighth paragraph is revised to read: rr, Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. ;rr 8-01.5 Payment The following bid items are relocated after the bid item "Check Dam": qW "Inlet Protection", per each. "Gravel Filter Berm", per linear foot. r� The following new paragraph is inserted before the bid item "Stabilized Construction Entrance": rrr rs The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified,including installation, removal and disposal at an approved disposal site. at The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The bid item "Mulching with MBFM" is revised to read "Mulching with MBFMIFRM". 02.AP8 SECTION 8-02, ROADSIDE RESTORATION January 4, 2010 8-02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, r including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement,irrigation, and weed control in narrative form. The first sentence under 'Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1-08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. The first sentence under "Weed and Pest Control Plan" is revised to read: y The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8-01, and 8-02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to rid read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under'Plant Establishment Plan" is deleted. 8-02.3(2)A Chemical Pesticides This section is deleted. 8-02.3(2)B Weed and Pest Control This section is deleted. rs to 8-02.3(3) Planting Area Weed Control This section including title is revised to read: 8-02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. wr The Contractor shall control weeds not otherwise covered in accordance with Section 8-02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding „r, area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub-sections: r 8-02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless as of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post-emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square and shall be secured by a minimum of 5-staples per mat. Mats and staples shall be installed according to the ,,. manufacturer's recommendations. 8-02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides r Approved for Use on WSDOT Rights Of Wa_y at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use.htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan.The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record(DOT Form 540-509) each day the pesticide is applied, and furnish a copy to the IK Engineer by the following business day. No Im The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti-drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. Ali The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8-02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: sti Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. ■iit 8-02.3(7) Layout of Planting The second paragraph is deleted. „r 8-02.3(8) Planting In the second paragraph,the first and second sentences are revised to read: so Under no circumstances will planting be permitted during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds,heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: ire: Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. Ast The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. 8-02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. 8-02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit". 8-02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. .. 8-02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range -March 1 to October 1." and "East of the summit of the Cascade Range-April 15 to October 1." are revised to read: +r. Western Washington Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) �r March through May 15 October 1 through November 15 September 1 through October 1 The fifth paragraph is revised to read: +rr Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth,raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: rr Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8-02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8-02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90-percent......": Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item"Fine Compost": "Medium Compost", per cubic yard. The paragraph for the bid item"Weed Control" is revised to read: �wr rr "Weed and Pest Control",will be paid in accordance with Section 1-09.6. The following new paragraph is inserted after the bid item "Soil Amendment": The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. W The following new paragraph is inserted after the bid item"Bark or Wood Chip Mulch": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 03.AP8 SECTION 8-03, IRRIGATION SYSTEMS January 4, 2010 Vi 8-03.1 Description In this section, "staked" is revised to read"approved by the Engineer." No 8-03.3 Construction Requirements The second paragraph is revised to read: mi Potable water supplies shall be protected against cross connections in accordance with applicable Washington State Department of Health rules and regulations and approval by the local health authority. 44 8-03.3(1) Layout of Irrigation System This section is revised to read: The Contractor shall stake the irrigation system following the schematic design shown in the Plans. Approval must be obtained from the Engineer. Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water. However, no changes in the system as planned shall be made without prior authorization by the Engineer. This section is supplemented with the following new sub-section: 8-03.3(1)A Locating Irrigation Sleeves a Existing underground irrigation sleeve ends shall be located by potholing. Irrigation sleeves placed during general construction prior to installation of the irrigation system shall be marked at both ends with a 2x4x24-inch wood stake extending 6-inches out of the soil and painted blue on the exposed end. 8-03.3(2) Excavation In the first paragraph, the fourth sentence is revised to read: Trenches through rock or other material unsuitable for trench bottoms and sides shall be excavated 6-inches below the required depth and shall be backfilled to the top of the pipe with sand or other r suitable material free from rocks or stones. Backfill material shall not contain rocks 2-inches or greater in diameter or other materials that can damage pipe. The second paragraph is revised to read: The Contractor shall exercise care when excavating pipe trenches near existing trees to minimize damage to tree roots. Where roots are 1-1/2-inches or greater in diameter, the trench shall be hand excavated and tunneled under the roots. When large roots are exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, for protection and to prevent excessive drying. The material must be kept moist until the trench is backfilled.Trenches dug by machines adjacent to trees having roots less than 1-1/2-inches in diameter shall have severed roots cleanly cut. Trenches having exposed tree roots shall be backfilled within 24-hours unless adequately protected by moist material as approved by the Engineer. All material and fastenings used to cover the roots shall be removed ;,. before backfilling. The third paragraph is revised to read: r Detectable marking tape shall be placed in all trenches 6-inches directly above, parallel to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and aluminum sleeves, conduits and casing pipe. The width of the tape and installation depth shall be as recommended by the manufacturer for the depth of installation or as shown in the Plans. 8-03.3(3) Piping This section is revised to read: All water lines shall be a minimum of 18-inches below finished grade measured from the top of the pipe or as shown in the Plans. All live water mains to be constructed under existing pavement shall be placed in steel casing jacked under pavement as shown in the Plans.All PVC or polyethylene pipe installed under areas to be paved shall be placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2-feet beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible; mains and laterals or section piping shall be placed in the same trench.All lines shall be placed a minimum of 3-feet from the edge of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will not be allowed for installation and placement of irrigation pipe. Mainlines and lateral lines shall be defined as follows: Mainlines: All supply pipe and fittings between the water meter and the irrigation control valves. rr Lateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled PVC or polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of the lateral line but incidental components of the irrigation heads. 8-03.3(4) Jointing In the second paragraph, the third sentence is revised to read: ,rr wr wr Threaded galvanized steel joints shall be constructed using either a nonhardening, nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe manufacturer, or as shown in the Plans. In the last sentence of the second paragraph, "will" is revised to read "shall". as In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is revised to read "of'. "N In the fifth paragraph, the first sentence is revised to read: Ni On PVC or polyethylene-to-metal connections, work the metal connection first. In the fifth paragraph, the third sentence is revised to read: tA Connections between metal and PVC or polyethylene are to be threaded utilizing female threaded PVC adapters with threaded schedule 80-PVC nipple only. In the sixth paragraph, the second sentence is revised to read: The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, and inserted to so the full depth of the fitting. 8-03.3(5) Installation "it The following new paragraph is inserted after the third paragraph: All automatic control valves, flow control valves, and pressure reducing valves shall be installed in appropriate sized valve boxes. Manual control valves shall be installed in an appropriate sized valve box and where appropriate, upstream of the automatic control valves. Manual and automatic valves installed together shall be in an appropriate sized box with 3-inches of clearance on all sides. Ali The fourth paragraph is revised to read: Final position of valve boxes, capped sleeves, and quick coupler valves shall be between I/z-inch and 1-inch above finished grade or mulch, or as shown in the Plans. The following new paragraph is inserted after the fourth paragraph: Ni Quick coupler valves and hose bibs shall be installed in valve boxes, either separately or within a di control valve assembly box upstream of the control valves. Valves, quick couplers, and hose bibs shall have 3-inches of clearance on all sides within the valve box. In the fifth paragraph "an" is revised to read "a minimum". to The following new paragraph is inserted after the fifth paragraph: 2i Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown in the Plans or in accordance with the manufacturer's recommendations. Provide three 1-inch diameter galvanized metal or PVC electrical wire conduits through the base and 3-inches minimum beyond the edge or side of the base both inside and outside of the pedestal. ww 8-03.3(6) Electrical Wire Installation This section is revised to read: All electrical work shall conform to the National Electric Code, NEMA Specifications and in accordance with Section 8-20. Electrical wiring between the automatic controller and automatic valves shall be direct burial and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valves which it controls. Electrical wire shall be installed in the trench adjacent to or above the irrigation pipe, but no less than 12-inches deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10-foot intervals. If it is necessary to run electrical wire in a separate trench from the irrigation pipe, the wire shall be placed at a minimum depth of 18-inches and be "snaked" from side to side in the trench. Each circuit shall be identified at both ends and at all splices with a permanent ww marker identifying zone and/or station. Wiring placed under pavement and walls, or through walls, shall be placed in an electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in Section 9-29.1. to Splices will be permitted only in approved electrical junction boxes, valve boxes, pole bases, or within control equipment boxes or pedestals. A minimum of 18-inches of excess conductor shall be left at all splices, terminals and control valves to facilitate inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the boxes. ww All 120-volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. rrr All wiring shall be tested in accordance with Section 8-20.3(11). rrr Continuity ground and functionality testing shall be performed for all 24-volt direct burial circuits. The Megger test, confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8-20.3(11), is required. wr 8-03.3(7) Flushing and Testing In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to read "required". rwr The third paragraph is revised to read: Main Line Flushing �r All main supply lines shall receive two fully open flushing's to remove debris that may have entered the line during construction: The first before placement of valves and the second after placement of valves and prior to testing. ■r The fourth paragraph is revised to read: Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150- psi for 60-minutes without introduction of additional service or pumping pressure. Testing shall be wrt done with one pressure gauge installed on the line, in the location required by the Engineer. For systems using a pump, an additional pressure gauge shall be installed at the pump when required by ww r the Engineer. Lines that show loss of pressure exceeding 5-psi at the ends of specified test periods will be rejected. The fifth paragraph is deleted. In the sixth paragraph, "any" is revised to read"all". In the seventh paragraph, the second sentence is revised to read: The operating line pressure shall be maintained for 30-minutes with valves closed and without introduction of additional service or pumping pressure. In the eighth paragraph, the fourth and fifth sentences are revised to read: The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break or disruption of service, and make all needed repairs to ensure that the entire irrigation system is operating properly. 8-03.3(8) Adjusting System In the first paragraph, the last sentence is revised to read: Mi Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water to pavement, walks, or Structures. to 8-03.3(11) System Operation In the first paragraph, the last sentence is revised to read: go The final inspection of the irrigation system will coincide with the end of the Contract or the end of first-year plant establishment, which ever is later. im In the second paragraph "ordered" is revised to read "required". In the third paragraph, the last sentence is revised to read: do Potable water shall not flow through the cross-connection control device to any downstream component until tested and approved for use by the local health authority in accordance with Section 8-03.3(12). The fourth paragraph is revised to read: we In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters, and irrigation heads. This shall involve visual inspection of each emitter and irrigation head under operating conditions. All adjustments, flushing, or replacements to the g system shall be made at this time to ensure the proper operation of all emitters and irrigation heads. 8-03.3(12) Cross Connection Control Device Installation "o In the first sentence of the first paragraph "serving utility" is revised to read "local health authority". 8-03.3(13) Irrigation Water Service MW The first paragraph is revised to read: to 46 W All water meter(s) shall be installed by the serving utility. The Contracting Agency shall arrange for a water meter installation(s) for the irrigation system at the locations and sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter installation. The Contractor shall provide a minimum of 60-calendar days notice to the Engineer prior to the desired water meter installation date. In the second paragraph, "will" is revised to read "shall". 8-03.3(14) Irrigation Electrical Service ++� The first paragraph is revised to read: The Contracting Agency shall arrange for electrical service connection(s) for operation of the wr automatic electrical controller(s) at the locations as shown in the Plans. The Contractor shall splice and run conduit and wire from the electrical service connection(s), or service cabinet to the automatic electrical controller and connect the conductors to the circuit(s) per the controller manufacturer's diagrams or recommendations. In the second paragraph, "conduit" is revised to read "conduits". err 08.AP8 SECTION 8-08, RUMBLE STRIPS April 5, 2010 8-08.3 Construction Requirements In the fourth paragraph, the first and second sentences are combined to read: When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5-02 following the completion of the shoulder rumble strip. 14.AP8 SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 5,2010 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8-14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible(otherwise not be more than 1/4-inch above the surface of the pavement) after installation. ow a. 8-14.4 Measurement The second paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The third paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. �I 8-14.5 Payment The pay item"Cement Conc. Curb Ramp Type "is supplemented with the following new paragraph: err The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface". r 15.AP8 SECTION 8-15, RIPRAP January 4,2010 8-15.2 Materials The referenced sections for the following items are revised to read: Heavy Loose Riprap 9-13 Light Loose Riprap 9-13 Hand Placed Riprap 9-13 Sack Riprap 9-13 Quarry Spalls 9-13 ITAP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS April 5, 2010 8-17.4 Measurement The first paragraph is supplemented with the following new sentence: Only the maximum number of temporary impact attenuators installed at any one time within the project limits will be measured for payment. + 8-17.5 Payment In the second paragraph following the bid item"Resetting Impact Attenuator", the first sentence is revised to read: If an impact attenuator is damaged by a third party, repairs shall be made in accordance with Section , 1-07.13(4) under the Bid item"Reimbursement For Third Party Damage". irr No 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL April 5, 2010 ww 8-20.1 Description In the first paragraph item number 3 is revised to read: rrr 3. Intelligent Transportation Systems (ITS) 8-20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: 2. The top heavy-hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method to minimum rotation of'/a-turn (90 degrees) and a maximum rotation of'/3-turn (120 degrees)past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn-of- Nut Tightening Method to minimum rotation of 1/8-turn (45 degrees) and a maximum rotation of 1/6-turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8-20.3(5) Conduit wr In the fifth sentence of the fourth paragraph, "conforms"is revised to read"conforming". 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes r. In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with". 8-20.3(8) Wiring The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9-29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold rr splice. In the eleventh paragraph item number 5 is revised to read: 5. Video detection camera lead-in cable - the numbers of the phases the camera served. ar In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 7. Communication cable--labeled as Comm. r This section is supplemented with the following new paragraph: Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8-20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8-20.5 Payment All references to "Intelligent Transportation System" are revised to read"ITS". 21.AP8 SECTION 8-21, PERMANENT SIGNING January 4, 2010 r 8-21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: r Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. .r In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project. OLAP9 SECTION 9-01,PORTLAND CEMENT April 5,2010 9-01.2(1) Portland Cement In the first paragraph, all the text after"shall not exceed 8-percent by weight" is deleted and the paragraph ends. In the second paragraph, "per"is revised to read"in accordance with". no 03.AP9 SECTION 9-03,AGGREGATES January 4,2010 'o In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335". to No io rr. 04.AP9 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS January 4,2010 9-04.11 Butyl Rubber This section including title is revised to read: 9-04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, ow M1 BG 610. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 4, 2010 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 9-05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy rw lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. �w Division 9-05 is supplemented with the following new sections: 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-inch to 60-inch diameter with silt-tight joints. Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F + 477.All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an „w approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. w wr 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. a* Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a am formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute(PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio(SDR) of 32.5. HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, rr snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. r HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties .w listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes,foreign materials,blisters, or deleterious faults. rw Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. +r. 07.AP9 SECTION 9-07, REINFORCING STEEL January 4, 2010 r. 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) This sections title is revised to read: wr 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) 08.AP9 SECTION 9-08, PAINTS AND RELATED MATERIALS January 4, 2010 +�r 9-08.1(2)C Inorganic Zinc Rich Primer In the first paragraph, the reference to "Type I1"is revised to read"Type I". �r 9-08.1(2)D Organic Zinc Rich Primer This section is revised to read: irr Organic zinc rich primer shall be a high performance two-component epoxy conforming to SSPC Paint 20 Type 11. 14.AP9 SECTION 9-14,EROSION CONTROL AND ROADSIDE PLANTING April 5,2010 9-14.3 Fertilizer In the first paragraph, the second sentence is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water-soluble potash, or sulfur in the amounts specified. +rr 9-14.4(1) Straw This section is revised to read: +rw ww Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http://www.nwcb.wa.gov. In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing err there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. 9-14.4(2) Wood Cellulose Fiber This section including title is revised to read: 9-14.4(2) Fiber Mulch All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with a hydroseeder or mulch blower equipment. This section is supplemented with the following new sub-sections: so 9-14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry.When hydraulically applied, the material shall form a strong moisture-holding mat that allows the continuous absorption and infiltration of water. go Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Cellulose Fiber Mulch furnished by the Contractor shall be pre-packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program(NTPEP) or other accredited,independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements so Water Holding Capacity ASTM D 7367 1,000 percent minimum NO �iw No Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum .r Enhancement Performance in Protecting ASTM D 6459 with 0.12-inch C Factor=0.15 Slopes from Rainfall- average raindrop size. Test in maximum using Induced Erosion one soil type. Soil tested shall be Revised Universal Soil loam as defined by the National Loss Equation Resources Conservation Service (RUSLE) (NRCS) Soil Texture Triangle * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test �r. plot. ***Available at: http://soils.usda.gov/education/resourcesAessons/texture/textural trihi.jp� it 9-14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long-strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton,jute, hemp, coconut, �rrr rock, metal, and plastic. Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water,the fibers will be uniformly suspended to form a homogeneous slurry. err Wood Fiber Mulch furnished by the Contractor shall be pre-packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation +irr Program(NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: +�r —Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum .r. Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in Protecting ASTM D 6459 with 0.12-inch C Factor=0.15 Slopes from Rainfall- average raindrop size. Test in maximum using Induced Erosion one soil type. Soil tested shall be Revised Universal Soil r.r loam as defined by the NRCS Loss Equation Soil Texture Triangle *** (RUSLE) * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ***Available at: http://soils.usda.g_ov/education/resources/lessons/texture/textural tri hi jpa rrr 9-14.4(3) Bark or Wood Chips The first paragraph is revised to read: Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. .r This section is supplemented with the following: of Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Percent Passing Sieve Size Minimum Maximum 2" 95 100 No. 4 0 30 r 9-14.4(4) Wood Strand Mulch This first paragraph is revised to read: Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length-to-width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10-inches. At least 5 percent of the length of each strand shall have a width and thickness between 1/16 and '/z-inch. No single strand shall have a width or thickness greater than 1/z-inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities aw that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9-14.4(6) Gypsum This section is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO42H2O)in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9-14.4(7) Tackifier This section is revised to read: err w Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials. All tackifiers shall meet the following requirements: Properties Test Method Requirements Viscosity* ASTM D 2364 4000 cPs minimum *Testing shall be performed by an accredited independent laboratory. �r This section is supplemented with the following new sub-sections: 9-14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9-14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 4w 9-14.4(8) Compost In the third paragraph, number 1. is revised to read: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods �" for the Examination of Compost and Composting (TMECC) 02.02-13, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following gradation: 00 Percent Passing Sieve Size Minimum Maximum to 2" 100 1" 95 100 /g" 90 100 an 1/a" 75 100 Maximum particle length of 6-inches. to Medium Compost shall meet the following gradation: Percent Passing ON Sieve Size Minimum Maximum 2" 100 1" 95 100 so /g" 90 100 1/a" 75 85 Maximum particle length of 6-inches. 00 r. Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N"using TMECC 04.02D. Coarse Compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 '/4" 40 60 Maximum particle length of 6-inches. r In number 8. of the third paragraph, the reference to "manufacturer" is revised to read "Contractor". 9-14.4(8)A Compost Approval .rr This sections title is revised to read: 9-14.4(8)A Compost Submittal Requirements The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: 1. The Qualified Products List printed page or a Request for Approval of Material (DOT Form 350-071EF). In number 3., the reference to "manufacturer" is revised to read "Contractor" and the reference to "analyses" is revised to read "analysis". 9-14.4(8)B Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9-14.4(9) Bonded Fiber Matrix (BFM) This section is revised to read: Bonded Fiber Matrix (BFM) shall be a hydraulically-applied blanket/mulch/matrix comprised of biodegradable, thermally processed, defibrated, long strand fibers from natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and/or hemp. The fibers aw r shall physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9-14.4(2)A. 40 The BFM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. ft Within 48 hours the BFM shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth. am BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall be non- toxic to plants, animal, and aquatic life and shall not stain concrete or painted surfaces. No BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be wr acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the 40 Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements .r� Long Strand Fibers WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is collected on the combination of No. �r. 8, No. 16, and No. 24 sieves Tackifier,Type A or Type See Section 9-14.4(7)A Minimum 10 percent by B weight of a cross-linked, polysaccharide,hydro- colloid tackifier r.r Water Holding Capacity ASTM D 7367 1,300 percent minimum -Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum we Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in Protecting ASTM D 6459 with 0.12- C Factor=0.10 maximum Slopes from Rainfall- inch average raindrop using Revised Universal WO Induced Erosion size.** Test in one soil Soil Loss Equation type. Soil tested shall be (RUSLE) loam as defined by the to NRCS Soil Texture Triangle *** Thickness ASTM D 6525* 0.10-inch minimum err Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/ d2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only r modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. r ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ***Available at: http://.soils.usda.gov/education/resources/lessons/texture/textural tri hi.jp 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) This section including title is revised to read: 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM/FRM shall be a hydraulically-applied blanket/mulch/matrix comprised of biodegradable, thermally processed, defibrated, long-strand fibers from natural or recycled wood chips or similar woody material, straw, coconut,jute, and/or hemp. The MBFM/FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple , locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that allows the absorption and infiltration of water. The MBFM/FRM shall contain a cross-linked polysaccharide tackifier. MBFM/FRM shall be free from paper, rock, metal, and plastic. MBFM/FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. The MBFM/FRM shall require no curing period upon application, and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth. MBFM/FRM shall be furnished premixed by the manufacturer. The MBFM/FRM shall be furnished .r with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier,Type A or See Section 9-14.4(7)A Minimum 10 percent by Type B weight of a cross-linked, polysaccharide,hydro- colloid tackifier Water Holding Capacity ASTM D 7367 1,500 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement +wr Performance in ASTM D 6459 with 0.12-inch C Factor=0.05 maximum Protecting Slopes from average raindrop size.** Test in using Revised Universal Rainfall-Induced one soil type. Soil tested shall Soil Loss Equation Erosion be loam as defined by the (RUSLE) 110 NRCS Soil Texture Triangle *** Thickness ASTM D 6525* 0.15-inch minimum 00 Ground Cover ASTM D 6567* 98 percent minimum Mass Per Unit Area ASTM D 6566* 1 11.0 oz/yd2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only wr modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ***Available at: http://soils.usda.gov/education/resources/lessons/texture/textural tri hi.jpg 9-14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg/mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. .. 9-14.5(2) Erosion Control Blanket This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: Properties ASTM Test Method Requirements Protecting Slopes D 6459 with 0.12-inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised �,. Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture w, Trian le** Dry Weight per D 6475 0.361b/sq. yd. minimum Unit Area r Performance in D 6460 Test in one soil type. 1.0 lb/sq. ft. minimum Protecting Earthen I Soil tested shall be loam as rr VW rr Channels from defined by the NRCS Soil Stormwater- Texture Triangle** Induced Erosion Seed Germination D 7322* 200 percent minimum Enhancement Netting, if present, shall be biodegradable with a life span not to exceed one year. * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. **Available at: http://soils.usda.gov/education/resources/lessons/texture/textural_trihi.jpg Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized fibers, filaments, or netting and shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12-inch average Maximum C factor of 0.15 from Rainfall- raindrop size.* Test in one soil using Revised Universal Induced Erosion type. Soil tested shall be loam as Soil Loss Equation ft defined by the NRCS Soil (RUSLE) Texture Triangle ** Dry Weight per Unit D 6475 0.50 lb/sq. yd. minimum .rr Area Performance in D 6460 Test in one soil type. 2.0 lb/sq. ft. minimum Protecting Earthen Soil tested shall be loam as Channels from defined by the NRCS Soil Stormwater-Induced Texture Triangle** Erosion wl Seed Germination D 7322 200 percent minimum Enhancement * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. **Available at: http://soils.usda.gov/education/resourcesAessons/texture/textural tri hi.jpg me This section is supplemented with the following new sub-section: 9-14.5(2)A Erosion Control Blanket Approval The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at 0* http:www.ectc.org/qdor. 9-14.5(4) Geotextile - Encased Check Dam In the second paragraph,the second and third sentences are revised to read: .r r +rr The geotextile material shall overhang the foam by at least 6-inches at each end, and shall have apron type flaps that extend a minimum of 24-inches on each side of the check dam. The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9-33. +r 9-14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a 40 minimum of 5-inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts,tears, or weak places and shall have a minimum lifespan of 6 months. rw Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9-14.4(8). If wood chips are used they shall meet the material requirements as specified in +r Section 9-14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6-inches between 0.030 and 0.50-inches wide, and between 0.017 and 0.13-inches thick. 9-14.5(6) Compost Sock �r This section is revised to read: Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost Socks shall be at least 8-inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yams, and be free irr of thin, open, or weak areas and shall be free of any type of preservative. Coarse Compost filler shall meet the material requirements as specified in Section 9-14.4(8). err Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2-inch by 2-inch nominal dimension and 36-inches in length, err 9-14.5(7) Coir Log This section is revised to read: it Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2-inch by 2-inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of /a-inch diameter commercially available hemp rope. 9-14.6(1) Description The fourth paragraph is revised to read: �,. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. �r Orli Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches.The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to rr two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 1/2 to 1%s-inch in diameter. C. Live pole cuttings shall have a minimum 2-inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9-14.6(2) Quality The first paragraph is revised to read: r. At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. The third paragraph is revised to read: rrt All plant material shall be purchased from a nursery licensed to produce plants for sale in Washington State. e This section is supplemented with the following new paragraph: All nurseries and nursery vendors must have a business license issued by the Washington State Department of Licensing with a "Nursery" endorsement. Upon request, the Contractor shall furnish do the Engineer with copies of the applicable licenses and endorsements. 9-14.6(3) Handling and Shipping go Item numbers 8 and 9 are revised to read: 8. Size. (Height,runner length, caliper, etc. as required.) at 9. Signature of shipper by authorized representative. Ar Item numbers 10 and 11 are deleted. 9-14.6(7) Temporary Storage no The first paragraph is revised to read: 40 go im to Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. 15.AP9 SECTION 9-15,IRRIGATION SYSTEM .■ January 4, 2010 The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non-potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 9-15.3 Automatic Controllers This section is revised to read: it The automatic controller shall be an electronic timing device for automatically opening and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non-rusting industrial grade stainless steel. The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer.The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: err 1. Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or less to at least 99 minutes. wr 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14-day cycle until the operator desires to make ft new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5. Controllers shall contain a power on-off switch and fuse assembly. 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. ■r 7. Both normally-open or normally-closed rain sensor compatibility. 9-15.4 Irrigation Heads r This section is supplemented with the following new paragraph: All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9-15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: Wr r 9-15.5 Valve Boxes Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as 401 shown in the Plans. 9-15.7(1) Manual Control Valves The third and fourth sentences are revised to read: so The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure '* full opening and closing. 9-15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read "electrical". 9-15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations.The regulator must be fully adjustable. Ott 9-15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: Quick coupler valves shall have a service rating of not less than 125-psi for non-shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi-Red Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will" is revised to read "shall". nrt 9-15.9 Drain Valves This section is revised to read: Drain valves may be a 1/2-inch or 3/a-inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150-psi non-shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved so cross connection control devices. .r 60 we 9-15.10 Hose Bibs The first sentence is revised to read: Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a 3/a-inch hose connection, and shall be key operated. 9-15.11 Cross Connection Control Devices This section is revised to read: +� Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a manufacturer and product model approved for use by the Washington State Department of ,w Health, Olympia,Washington or a Department of Health certified agency. 9-15.12 Check Valves The last sentence is revised to read: Valves shall have angled seats, Buna-N seals and threaded connections, and shall be installed in 8- inch round plastic valve boxes with vandal resistant lids. 9-15.14 Three-Way Valves The last sentence is revised to read: rr When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9-15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9-15.17 Electrical Wire and Splices This section is revised to read: rr Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. err Low voltage splices shall be made with a direct bury splice kit using a twist-on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. 9-15.18 Detectable Marking Tape The first paragraph is revised to read: err rrr 1W Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: W The width of the tape shall be as recommended by the manufacturer based on depth of installation. at 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL January 4, 2010 so 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: to Timber posts and blocks shall conform to the grade specified in Section 9-09.2. 22.AP9 "o SECTION 9-22,MONUMENT CASES January 4, 2010 40 9-22.1 Monument Cases, Covers, and Risers In the first sentence, "Class 30B" is revised to read "Class 35B". At 23.AP9 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 5, 2010 .o 9-23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read"ASTM C 171". of 9-23.2 Liquid Membrane Forming Concrete Curing Compounds In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" is revised to read"ASTM C 309". 29.AP9 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 5,2010 In this division, all references to "hot-dipped" are revised to read "hot-dip". r rr 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion/Deflection Fittings rrr The following new paragraph is inserted after the first paragraph: Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2-inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9-29.1(4)A. 9-29.4 Messenger Cable, Fittings This section is supplemented with the following: Messenger cable shall be%-inch, 7-wire strand messenger cables conforming to ASTM A 475, extra- high-strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 standards for rs 12,000 pound ultimate strength. Down guy assembly shall consist of an eight-way steel expanding anchor,having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/a-inch minimum guy eye anchor rod 8-feet long. As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 31/2-inch-pitch, 1-inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 9-29.6(5) Foundation Hardware The first paragraph is revised to read: Anchor bolts for Type PPB, PS, 1, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers wre shall meet the requirements of ASTM F 844 or ASTM F 436. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever err Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub-sections: 9-29.7(1) Unfused Quick-Disconnect Unfused quick-disconnect connector kits shall conform to the following requirements: 1. The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring a. and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water-seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water-seal between the two housings at the point of disconnection. 3. The kit shall provide waterproof in-line connector protection with three cutoff sections on both the line and load side to accommodate various wire sizes. All connections shall be as described in item"1" above. Upon disconnect, the connector shall remain in the load side of the kit. go 9-29.7(2) Fused Quick-Disconnect Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall provide ww three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item"1" above. Upon disconnect,the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished r on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. Luminaire Service Voltage Size 480V 240V 120V 1,000W l0A 15A 30A 750W 5A l0A 20A 70OW 5A l0A 20A 40OW 5A l0A 15A 31OW 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A l0A 175W 4A 5A l0A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9-29.9 Ballast, Transformers This sections content is deleted and replaced with: faw to Heat-generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating im components or shall be thermally shielded to limit the fixture temperature to 160°F. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub-sections: �,. 9-29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements.All ballasts shall be high power factor(90%). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without ,,. adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. w. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture wr assembly. Ballast Characteristics for High Pressure Sodium(HPS) and Metal Halide (MH) Sources shall be: rws Source Line Lamp Ballast Type Input Lamp rr Volt. Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 7501000 Auto Reg. Lead 10% 30% CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 9-29.9(2) Transformers Ot The transformers to be furnished shall be indoor/outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. 9-29.10 Luminaires This section is revised to read: All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip-fitter bolts shall be either stainless steel, hot-dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200'F. All luminaires shall be provided with markers for positive identification of light source type and '0 wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch legend on colored background. Background color shall be gold for high pressure sodium, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 ,rr 200 20 250 25 310 31 so 400 40 rr 700 70 750 75 1,000 XI 9-29.10(1) Cobra Head Luminaires This sections content including title is revised to read: 9-29.10(1) Conventional Roadway Luminaires rr A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp,rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). rr C. The reflector of all luminaires shall be of a snap-in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed M borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. ra D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2-inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the±5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2-inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. F. High pressure sodium conventional roadway luminaires shall be capable of accepting a 150, rr 200, 250, 310, or 400 watt lamp complete with ballast. G Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000- hour salt spray test as specified in ASTM B 117. r H. All luminaires to be mounted on horizontal mast arms, shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; rr 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting through a 5-degree axis for the required leveling procedure. 9-29.10(2) Decorative Luminaires In the first paragraph, "150-400" is revised to read "50 -400". In the second paragraph, "box shaped" is deleted. it In the third paragraph, the first sentence is deleted.The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. At The last sentence in the fifth paragraph is deleted. The sixth paragraph is deleted. The seventh paragraph is revised to read: The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure . The first sentence in the eight paragraph is deleted. Wi 9-29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including title is deleted and replaced with: 9-29.10(3) Vacant 9-29.10(5) Sign Lighting Luminaires This section is revised to read: me Sign lighting luminaires shall be the Induction Bulb type. �r 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor This section including title is revised to read: 9-29.10(5)A Sign Lighting Luminaires—Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9-29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors.The switch shall contain 600 volt alternating current(VAC) terminal strips on the + load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9-29.10(5)B Sign Lighting Fixtures - Induction The first sentence is revised to read: i„ Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph, "87" is revised to read "85". In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A". The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9-29.12 Electrical Splice Materials This section is revised to read: Circuit splicing materials shall meet the following specifications. 9-29.12(1) Illumination Circuit Splices This section is revised to read: Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8-20.3(8). This section is supplemented with the following new sub-sections: 9-29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1 230053 9-29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the rw rwr insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package. 9-29.12(2) Traffic Signal Splice Material This section is revised to read: Induction loop splices and magnetometer splices shall include an uninsulated barrel type crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re-enterable type with silicone type filling compound that remains flexible and enclosed in a re-enterable rigid mold that snaps together. 9-29.15 Flashing Beacon Control In the first paragraph, the first word"Flashers"is revised to read"Line voltage flashers". 9-29.18 Vehicle Detector The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current ] California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. 30.AP9 SECTION 9-30, WATER DISTRIBUTION MATERIALS January 4,2010 9-30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints shall be Special Thickness Class 53. All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9-30.1(2) Polyethylene Encasement This section is revised to read: ri Polyethylene encasement shall be tube-form, high density cross-laminated polyethylene film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA C105. Color shall be natural or black. irr rr 33.AP9 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC April 5,2010 9-33.4(3) Acceptance Samples The third paragraph is revised to read: iirlr Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. err The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the rolls in accordance with WSDOT T 914 in the presence of the Project Engineer. rrr 35.AP9 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 9-35.0 General Requirements rr In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator". In the second paragraph, the third sentence is revised to read: +�r Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9-35.12 Truck-Mounted Attenuator This section including title is revised to read: 9-35.12 Transportable Attenuator Transportable attenuators are Truck-Mounted Attenuators (TMA) or Trailer-Mounted Attenuators (TMA-trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll-ahead distance it calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and retro- reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. This section is supplemented with the following new sub-sections: r. vi 9-35.12(1) Truck-Mounted Attenuator The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(2) Trailer-Mounted Attenuator The TMA-trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350-071EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. ur t ESPECIAL PROVISIONS t t t t t t t t t t #'r THIS PAGE INTENTIONALLY LEFT BLANK it SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS .................................. ......... ......... ...........................1 1-01.3 Definitions...................................................................... ..... ...........................1 1-01.4 Description of Work. ... ...................... ............................................ . .....3 1-02 BID PROCEDURES AND CONDITIONS..............................................................3 1-02.12 Public Opening of Proposal........................... ......... .................................3 Dateof Opening Bids...................................................................................................3 1-03 AWARD AND EXECUTION OF CONTRACT........................................................5 1-04 SCOPE OF WORK...............................................................................................5 1-04.4 Changes ....... .... ...................................... ...... .................. .. .........5 1-05 CONTROL OF WORK.......................................... .... ........................ .................5 1-05.4 Conformity With and Deviation from Plans and Stakes .................... .5 1-05.4(3) Contractor Supplied Surveying...................................................................6 1-05.4(4) Contractor Provided As-Built Information.... ......... .....................................7 1'-05.14 Cooperation with Other Contractors.............. ......... ..... ..............................8 1-05.18 Contractor's Daily Diary ................................................................................9 1-06 CONTROL OF MATERIAL.................................... .............................................10 2) Statistical Evaluation of Materials for Acceptance .. .......................................... 11 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.....................12 1-07.2 State Taxes.... ................................................ .......................................... .12 1-07.6 Permits and Licenses....................................................................................12 1-07.7 Load Limits.... ........ .................................. . ....................................... .....13 1-07.9 Wages .................................................... ....................................... .........13 1-07.11 Requirements for Nondiscrimination.............................................................14 1-07.11(11) City of Renton Affidavit of Compliance ..................................................34 1-07.12 Federal Agency Inspection..........................................................................34 1-07.13(1) General ..................................................................................................35 1-07.15 Temporary Water Pollution/Erosion Control.................................................35 1-07.16(1) Private/Public Property...........................................................................35 1-07.17 Utilities and Similar Facilities.......................... ...................................37 1-07.17(3) Interruption of Services.............................. .............................................38 1-07.18 Public Liability and Property Damage Insurance.........................................39 1-07.18(1) General ..................................................................................................39 1-07.18(2) Coverages.......................:......................................................................39 1-07.18(3) Limits......................................................................................................41 1-07.18(4) Evidence of Insurance:............................................................................42 1-07.22 Use of Explosives ........................................................ .............................42 1-07.23(1) Construction Under Traffic......................... ............................................44 1-08 PROSECUTION AND PROGRESS....................................................................46 1-08.0 Preliminary Matters.......................................................................................46 1-08.0(1) Preconstruction Conference.....................................................................46 City of Renton-Logan Ave.N. Page i Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-08.1 Subcontracting ,48 1-08.2 Assignment;. . .. .. . ....... ... .. ................48 1-08.3 Progress Schedule.. ......'. . ............................. ....... ............ ......................48 1-08.5 Time For Completion.. ........ ............................ .......... ......... ........ ...............49 1-09 , MEASUREMENT AND PAYMENT................................. ......... ........... .............50 1-09.1 Measurement of Quantities .......... ...50 1-09.3 Scope of Payment ... ......... .......:. ............................ ............. ....,. ...............52 1-09.6 Force Account......... ....... .... ............... .52 1-09.7 Mobilization.... ......... .... ......... .................. ........ ......... ........, ...............53 1-09.9 Payments...... ...... ..... ... .... ..... ..... ......... ........ ... .53 1-09.11(2) Claims ............... .......... .. ................ ................. ............. ....: ...............53 1-09.13(3)B Procedures to Pursue Arbitration....................................... .53 1-10 TEMPORARY TRAFFIC CONTROL....................................................... .....54 1-10.1 General............... ...54 y 1-10.2 Traffic Control Management. ............ ...... ............................ .........................55 1-10.1(2) Description ...... ......... ......... ..... .. ............................. ....... ...............55 1-10.2(1) General ..... 56 1-1.0.3 Traffic Control Labor, Procedures and Devices ................. ......... ............ ..57 1-10.3(3)A Construction Signs...... ......... ............... .................... .... .....: ...............57 1-10.4 Measurement........... ..... ........... . .. .....57 1-10.5 Payment.................. ......... ......... ...................................... ......... ...............57 1-11 RENTON SURVEYING STANDARDS................................................... .58 1-11.1(1) Responsibility for surveys...................................... .................. ...............58 1-11.1(2) Survey Datum and Precision................................. .................. ...............59 1-11.1(3) Subdivision Information.. ......... ......... ................... .................. ...............59 1-11.1(4) Field Notes ........... .................. ......... .................... ......... ....... ................59 1-11.1(5) Corners and Monuments .......... ....... ................... ......... ........................60 1-11.1(6) Control or Base Line Survey .... ..... ...... .... .. ...60 1-11.1(7) Precision Levels.... ......... .................. ................... ......... ................ .......61 1-11.1(8) Radial and Station -- Offset Topography....... ......... ......... ........................61 1-11.1(9) Radial Topography .... ......... ... .61 1-11.1(10) Station--Offset Topography .............. .......... ........ .... .. . ........................61 1-11.1(11) As-Built Survey.... ....61 ' 1-11.1(12) Monument Setting and Referencing.. ........ ......... .......... ........ ..............62 1-11.2 Materials......... ......... ......... .................. ......... ......... ......... ......... ..............62 1-11.2(1) Property/Lot Corners............................................................. .. .62 1-11.2(2) Monuments........... ......... ......... .................. ......... ...... .. ......... ..............63 1-11.2(3) Monument Case and Cover......................................................................63 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP............ ......... ... 2-01.1 Description...... .. . . .. .... ........... ... . ... . .63 2-01.2 Disposal of Usable Material and Debris., .................. ........ ......... ..............63 2-01.5 Payment......... ............................. .. ..... ......... ............... .. ......... ..............63 City of Renton=Logan Ave.N. Page ii Special Provisions Stage 2 Lake Washington Trail Project May 2010 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.............. .........................64 2-02.3 Construction Requirements........... ....... ...... :: ........: ......... .........................64 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters..: .........................64 2-02.3(4)' Sawoot Existing Pavement ..65 2-02.3(5) Salvage...... .................. ......... ......... ......... .......... ........ .........................66 2-02.4 Measurement. .................. ................... ............ ...`.... ........ .........................66 2-02.5 Payment . ........ ... . ....... .66 2-03 ROADWAY EXCAVATION AND EMBANKMENT'..... ..... ..... ......... ...............66 2-03.3 Construction Requirements......... ......... ......... .. .. ... .66 2-03.4 Measurement. ........ ....... .. .... .......... . ....67 2-03.5 Payment......... .......: ............................ ............ .....: ... ..... .............. . ........68 2.04 HAUL. . .. ................. .. .68 2-04.5 Payment..... .. ....... .....I ........... ......... ......... .... .......... ... ........... .............68 2-06 SUBGRADE PREPARATION...................................... 68 2-06.5 Measurement and Payment.................. ......... ........ .................... ..............68 5-04 HOT MIX ASPHALT. .. ................. ...... .... ...... .......... .69 5-04.5(1)A Price Adjustments for Quality of HMA Mixture........ .. .... ......... ...............70 y 5-04.5(1) B Price Adjustments for Quality of HMA Compaction........ ......... ...............71 5-05 CEMENT CONCRETE PAVEMENT... ......... ....... . ................., ......... ...............71 k; 5-05.3(l) Construction Requirements........................... ........ ......... ......... ...............71 7-04 STORM SEWERS.... 7-04.2 Materials.............................................................. . . .......... . .72 7-04.4 Measurement:. ......72 7-04.5 Payment ........ ............ ............. ..................... ......... ...................... ............72 7-05 MANHOLES, INLETS, AND CATCH BASINS.............. ........... ......... ...............72 7-05.3 Construction Requirements . ............... .. ....... ...... ...... .... ......72 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.:. ............. ...., ...............72 k 7-05.3(3) Connections to Existing Manholes...... .....:........... ....... ..... ..... ...............74 7-05.3(5) Adjusting Existing Utilities to Grade... ........................ ..... ....... ...............74 7-05.4 Measurement. .. ..... ...... .......... .... . ...... ..74 7-05.5 Payment .. .. ............ .. .. .: .75 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS........ ....... ........................75 7-08.3(1)C Bedding the Pipe......... ...75 7-08.3(2)A Survey Line and Grade.,.. ...........:... ......... .................. ......... ...............75 7-08.3(2)B Pipe Laying-General. ......... ................... ...... ........... ......... ...... ........76 7-08.3(2)E Rubber Gasketed Joints........ ..................... .......................... ...............76 7-08.3(2)H Sewer Line Connections................. .......... ................. ......... ...............77 7-08.3(2)) Placing PVC Pipe ........ ...77 7-08.5 Payment ... . ......... ....... .. ........ . . ... ...............77 7-14.3(7) 'Replace Fire Hydrant................ ......... .......... ........ ....................`.............77 7-14.5 Payment............. .......... .... ......... ......... ......... ......... .................. ...............78 Cityof Renton-Logan Ave.N. Page iii Special Provisions Stage 2 Lake Washington Trail Project May 2010 8-02 ROADSIDE RESTORATION...... ......... ............................ ......... ......... ............. .78 8-02.3(4)A TOPSOIL TYPE A ........ .................. ......................... .. .......:,. ...............78 8-112.3(7) LAYOUT OF PLANTING....... ... .................. ......... ......... ......... ...............78 8-02.3(6) Soil Amendments... ......... ...... ...78 8-02.3(8) PLANTING .. . ....... . ... ... .78 8-02.3(10) Fertilizers.... .. ......... ......... ............................ ......... ....... .. ..............79 8-02.3(17) ROOT BARRIER ......... .......... .......... ................ ......... ......... ...............80 8-02.3(18) Landscape and Irrigation Maintenance Bond........ ..... ... ......... ...............80 8-02.4 MEASUREMENT....................................................................................................... ........... .......... ........ ...............80 8-02.5 PAYMENT....... ......... ......... .......... ....... .................. ......... ......... ...............80 8-03 IRRIGATION SYSTEMS.. .. . ... .. . . .................. .... .80 8-03.1 Description. .. . ... .. ...... ... ...... ......... .80 8-03.2 Materials.......... .................. ..... .... ..................................... ............. ...........80 8-03.3 Construction Requirements............ ......... ............................ ......... ...............81 8-03.3(1) Layout of Irrigation System........ ........... ...... ....... .... .......... ..............82 8-03.3(2) Excavation.. ....... . . ..... .... ........ ............ .......... ...... .83 8-03.3(3) Piping. ............ ...83 8-03.3(3)A Sleeves............... .......... ............................ .................. ......... ...............84 8-03.3(4}Jointing... ................ ....... .......... ........ ......... .................. ........................85 8-03.3(5) Installation.... ..... .... ...... ..... ...... ... .85 8-03.3(6) Electrical Wire Installation.......... :......:. .................... ................: ...._.......... 86 8-{13.3(7) Flushing and Testing........ ........; ... .. ....87 8-03.3(8)Adjusting System... .. . ... .88 8-03.3(9)Backfill ......... .................. ......... .... ............................_........... . .....88 8-03.3(10)As Built Plans ................ ......... ......... .......... ........ .......:. ........................88 8-03.3(11) System Operation ......89 8-03.3(14) Irrigation Electrical Service...... ......... .......................... .. ................. ......89 8-03.3(15) Landscape and Irrigation Maintenance Bond ...90 8-03.5 Payment. ......... ......... .................. ............................. ..................................90 8-04 CURBS, GUTTERS, AND SPILLWAYS.... ... ......... ......... ......... ........................90 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways..... ........: ........................90 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL. ........ ......90 8-20.2(1) Equipment List and Drawings............ ......... .......... ........ ......... ..............90 8-20.3(1) General ... ..... . ... .. .91 8-20.3(2) Excavating and Backfilling........................... ......... .......:. ........... ............92 8-20.3(4) Foundations. ... ... . . ....... .... .. .. .. .... ... .95 8-20.3(4)A Foundation Potholing ... . ... .. ... .96 8-20.3(5) Conduit. .. .. ................. . ... .96 8-20.3(6) Junction Boxes............... ...................................... ......... ........................97 8-20.3(8) Wiring.. .. ....... ... .. .. .... .98 8-20.3(9) Bonding, Grounding. ..... . ... .. .98 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet.....,.....99 8-20.4 Measurement. ......... ...... ... .... .101 8-20.5 Payment......... . .... . ...... .. ... .... ........ .... . .101 City of Renton-Logan Ave.N. Page iv Special Provisions Stage 2 Lake Washington Trail Project May 2010 8-22 PAVEMENT MARKING, ..... .................. .. .. . ..........102 8-22.1 Description...................................................................................................102 8-22.3(5) Installation Instructions.....................................................I ...... ..........102 8-22.5 Payment.,...................................................................................................103 8-23 TEMPORARY PAVEMENT MARKINGS...........................................................103 8-23.5 Payment ....103 8-30 INCORPORATE ARTWORK.............................................................................103 8-30 Incorporate,Artwork.... ..................... ... .... ......... .......... ........ ...... 103 8-30.1 Description. I................................................................................................103 8-30.5 Payment.......................................................................................................103 SECTION 8-50-CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS. . .............................. ....... ...... .....103 9-03 AGGREGATES.................................................................................................108 9-03.8(2) HMA Test Requirements.........................................................................108 9-03.8(7) HMA Tolerances land Adjustments ...........................................................108 9-03.21(1) General Requirements..........................................................................108 9-14 EROSION CONTROL AND ROADSIDE PLANTING.........................................109 9-14.1(1)A TOPSOIL TYPE A ..................................................................................109 9-14.5(2) QUALITY..... ............109 9-14.8 ROOT BARRIER ..........................................................................................log 9-15 IRRIGATION SYSTEM.......................................................................................110 9-15.1 PIPE, TUBING AND FITTINGS.....................................................................110 9-15.1(2) POLYVINYL CHLORIDE PIPE AND FITTINGS........................................ 110 9-15.3 AUTOMATIC CONTROLLERS...................................................................... ill 9-15.4 IRRIGATION HEADS. ill 9-15.7(2)AUTOM4 �TIC CONTROL VALVES ............................................................ 112 9-15.5 VALVE BOXES AND PROTECTIVE SLEEVES . .......................................... 112 9-15.8 QUICK COUPLING EQUIPMENT.................................................................113 9-15.9 DRAIN VALVES........................................................................................... 113 9-15.11 GROSS CONNECTION CONTROL DEVICE... ...., 114 9-15.17 ELECTRICAL WIRE AND SPLICES ...........................................................114 9-15.20 SWING JOINT ASSEMBLIES..................................................................... 114 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.................................114 9-23.9 Fly Ash. ... ......... ......... .... . . .. ... ........... 114 9-29 ILLUMINATION, SIGNALS, ELECTRICAL........... ......... ......... ......... ............114 9-29.1 Conduit, Innerduct, and Outerduct.............................................................. 114 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes ............................................. 115 9-291.3 Conductors, Cable...................................................................................... 115 9-29.6 Light and Signal Standards.........................................................................115 9-29.6(1) Steel Light and,Signal Standards............................................................116 9-29.6(5) Foundation Hardware............................................................................. 116 9-29.6(6) Banner Arms. . .................. .....: ................... .. 116 City of Renton-Logan Ave.N. Page v Special Provisions Stage 2 Lake Washington Trail Project May 2010 9-29.9 Ballast,Transformers ....116 9-29.10 Luminaires... ......... ... ..... .... .... .................. ......... ......... ......... ........... 116 9-29.11(2) Photoelectric Controls.. ............................ ........: ......... .......... ............117 9-29.13(4) Wiring Diagrams. .......: .......... ................. ......... ......... ......... ............. 117 9-29.24(1)_ Painting ...............................:. ....... .................... ......... .......... ............. 117 9-29.24(2) Electrical Circuit Breakers and Contactors........... ........ .......... ............ 118 9-29.25 Amplifier,Transformer, and Terminal Cabinets......... .......: ........: ............. 118 STANDARD PLANS Aprils 13, 2009... . ... . . ..... .... .... ... ..119 City of Renton—Logan Ave.N. Page vi Special Provisions Stage 2 Lake Washington Trail Pmject May 2010 SPECIAL PROVISIONS The following Special Provisions,are made a part of this contract and supersede any conflicting provisions of the 2010 StandardSpecifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this, contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. DIVISION 1 GENERAL REQUIREMENTS 1-01 -DEFINITIONS AND TERMS (September 12, 20018 APWA GSP) Bid Procedures and Conditions 1-01.3 Definitions This Section is supplemented with the following: All references in the;Standard Specifications to the terms "State", "Department of Transportation", `Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be`revised to read"Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting r Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work-or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. r" City of Renton-Logan Ave.N. Page 1 Special Provisions Stage 2,Lake Washington Trail Project May 2010 Alternate` One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins.. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities,both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute go facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion'Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date.' Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor, All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The 'written notice from the Contracting Agency to the successful 'bidder signifying the Contracting Agency's acceptance of the bid. City of Renton Logan Ave.N. Page 2 Special Provisions Stage 2 Lake Washington Trail Project May 201'0 'spa Notf tro i�ro, The'Wtitt6h notice from the Contracting Agency or,Engineer to the Contractor authorizing. ,an .. directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-01.4 Description of Work Section 1-01.4 is a new section. This contract provides for the construction of a joint-use trail along Logan Ave. N.from N. 3'4 St. to N. a St. The proposed work will include re-channeiization of Logan Ave N., installation of a 12 foot wide asphalt concrete tail, concrete curb and gutter, storm drainage catch basins, V minimum landscape strip, street and trail illumination; and other work, all in accordance with the attached Contract Plans,:these Contract Provisions, and the Standard Specifications 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequa#ification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualificatior►s of Bidder (March 25, 2009 APWA GSP) s Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility,criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) if applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise-tax registration number as required in Title 82 RCW; and a (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).,, 1-02.12 Public Opening of Proposal Elate of Opening Bids r Sealed gids will be received at City Hall. City of Renton, 1055 Grady Way, Renton, Washington 98055 City,of Renton-Logan Ave.X. Page 3 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The bid opening date for this project is Tuesday June 15, 2010. Bids received will be publicly opened and read after 1:00 p.m. on this date. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so reguired; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions,alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or,accept the award,or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal, f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor Mist, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one propos jl is submi ed for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders dens (March 25, 2009 APWA GSP) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. City of Renton-Logan Ave.N. Page-4 Special Provisions Stage 2 Lake Washington Trail Project May 2010 if the,' ontracting :Agency, determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shalt notify the Bidder in writing, with the reasons for its determination: If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency.° The Contracting Agency will consider the appeal before issuing its final determination. If,the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-03 AWARD AND EXECUTION OF CONTRACT t 1-04 SCOPE OF WORD 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. 1-05 CONTROL OF WORK ,.; 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: 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, 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in"Contractor Supplied Surveying,"per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11 The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at(east 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, includingexisting monumentation, set by Contracting Agency forces. The Contractor will be carged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the En ineer's line and grade, will not be allowed unless the original control points set by the ngineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three City of Renton—Logan Ave.N. Page 5 Special Provisions Stage 2 Lake Washington Trail Project May 2010 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 discoveryry, 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 Kook and in`a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be'pprovided the Engineer upon request and upon completion of the contract work the,,field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the surve work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for surveywork required to beperformed b the Contractor shall be included in the prices bid for e various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying"per lump sum if that item is included in the contracts. Section 1-05.4(3) is a new section: 1-05.4(3) Contractor Supplied Surveying When the contract provides;for Contractor Sup lied Surveying, the Contractor shall supply the survey work required for the project. fhe 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 1-1.1. 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 .constructingthe 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. City of Renton-Logan Ave.N. Page 6 Special Provisions Stage 2,Lake Washington Trail Project May 2010 If the Contractor,and Surveyor fail to provide, as directed by the Engineer and/or;,these plans and specifieat ; aerate As-Built records and other,work the Engineer deems necessary,, the �n� may :elect to provide at Contractor expense,, a surveyor to provide fl As-Bu ft:rids and other work as directed-by the Engineer. The Engineer shall deduct expensesincurred 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 andcomplete 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 contractor's 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 contractor's responsibility to have his'surveyor locates by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-1.1. 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, and Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered;field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project'drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying,"'lump sum. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. if the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected 'work removed and City of Renton—Logan Ave.N. Page 7 Special Provisions Stage 2 Lake Washington Trail Project May 2010 replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by .the Contracting Agency attributable to correcting and remedying defective or unauthorized work., or work the Contractor failedor refused to perform, shall'be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the g Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 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: Puget Sound Energy(gas and electric) AT&T Broadband Qwest Communications City of Renton (water, sewer, transportation) Soos Creek Water District Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. The Contractor shall coordinate with King County Metro Transit when working`on this project in the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. The documentation may be found at: City of Renton-Logan Ave.N. Page 8 Special Provisions Stage 2 Lake Washington Trail Project May 2010 http://www.! inacounty gQv/transportation/kcdot/MetroTransit/Construction aspx 1-05.16 Water and Power (October 1, 2005 APWA GSP) Add the following new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements (October 1, 2005 A WPA GSP) Add the following new section. No oral agreement or conversation with any officer, agent, ;or employee of the L Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting agency. `.= 1-05.18 Contractor`s daily Diary Section 1-05.18 is a new section: L (......) 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 installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. City of Renton—LoganAve.N. Page 9 Special Provisions Stage 2 Lake Washington Trail Project May 2010 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 equipmenton the site shall be°listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection,and,maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity,and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. rate from the diary book if necessary, to Contractor may use additional sheets separate ry ry provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. 'Failure of Contractor to maintain this Diary In the manner described above will constitute a waiver of any such claims or disputes by Contractor. l I e Engineer or other Owners representative on the lob site will a so comp et a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.2 Buy America (August 6, 2007) The major quantities of steel and iron construction material that is. permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or$2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a City of Renton-Logan Ave.N. Page 10 Special Provisions Stage'2 Lake Washington Trail Project May 2010 manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States.< If domestically produced steel billets or iron ingots are exported outside g p t de of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirementsbecause the initial melting and mixing of 2 alloys to create the°material occurred in a foreign country.` Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, -aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original ,reduction from ore to the finished product constitutes `a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. ' Production'of steel by any of the following processes; a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing.° 3. ` Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for'any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification`shall be on DOT Form 350- 109EF provided by, the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: City of Renton—Logan Ave.N. Page 1 L Special Provisions Stage 2 Lake Washington Trail Project May 2010 Unless stated otherwise in the special provisions, statisticalevaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shaft be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WiSHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate' removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited` to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales Tax. The provisions of Section 1-07.2(1) apply. -1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: City of Renton-Logan Ave.N. Page 12 Special Provisions Stage 2 Lake Washington Trail Project May 2010 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 condtions of the permits, easements, and'rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses etc. shall be h p , the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. w 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. (March,13, 1995) No hydraulic permits are required for this project unless.the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995) If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways; the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages General Section 1-07.9(1) is supplemented with the following: (February, 11, 2008) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA080001. City of Renton-Logan Ave.N. Page 13 Special Provisions Stage 2 Lake Washington Trail Project Ma 2010 y 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard_ Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressedin percentage terms for the Contractor's aggregate work force in each construction craft`and in each trade on all construction work in the covered area, are as follows: - Women Statewide Timetable Goal Until further notice 6.9%, Minorities - by Standard Metropolitan Statistical Area(SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adam; WAAsotin; WA Columbia; WA Ferry;WA Garfield; WA Lincoln, WA Pend Oreille;WA Stevens;WA Whitman: Richland, WA SMSA Counties: Richland Kennewick,WA 5.4 WA Benton;WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. City of Renton-Logan Ave.N. Page 14 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Yakima,,WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan;WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle,WA: SMSA Counties: Seattle Everett,WA 7.2 WA King;WA Snohomish.- Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA island; WA Jefferson; WA K tsa li; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3:8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum These goals are' applicable to each nonexempt Contractor's total :on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor`s compliance with the Executive Order and the regulations in 41 tt CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-43(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from°Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. City of Renton—Logan Ave.N. Page 15 Special Provisions Stage 2 Lake Washington Trail Project May 2010 . The Contractor shall provide written notification to the Engineer within 10 3 p � working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall hist the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; - estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. to meat O rtunit Construction Contra Standard Federal Equal Emp v NM Specifications(Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American,or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having,origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. subcontracts 2: Whenever the Contractor,: or :any Subcontractor at any tier, a p g y physically include in portion of the work involving an construction trade, it shag each subcontract in excess of $10,000 the provisions of these .specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from whichthis contract resulted. City of Renton-Logan Ave.N. Page 15 Special Provisions Stage 2 Lake Washington Trail Project May 2010 3. If,the Contractor, is participating (pursuant to:41 CFR 604.5 in a Hometown Plan.approved by the U.S. Department of Labor in the covered area either individually -or through an association, its affirmative action obligations on all work in 'the Mari area (including goals and timetables) "shall be In accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each `Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor'sor Subcontractor's failure to take' good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision, The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of .minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do :not have a federal or federally assisted construction contract shall apply the minority and female goals established'for the geographical area ,f where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither,the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities-or women shall excuse the Contractor's obligations under ~§ these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: City of Renton—Logan Ave.N. Page 17 Special Provisions Stage 2 Lake Washington Trail Project May 2010 a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are.assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractorshall specifically ensure `that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the ''Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO_policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company'newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items City of Renton-Logan Ave.N. Page 18 Special Provisions Stage 2 Lake Washington Trail Project May 2010 with on-site supervisory personnel such as Superintendents, Genera) Foremen, etc., prior to the initiation of construction work at any job site. A written record shag be made and maintained `identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter.' h. - Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct; its recruitment efforts, both oral and written to minority, female and community organizations, to schools ;with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and, employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority a0d female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.` p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors areencouraged to participate in voluntary associations which assist in fulfilling one more of their affirmative action obligations (7a through City of Renton-Logan Ave.N. Page 19 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The efforts of a contractor association j 7P) association, contractor-union, contractor- community, community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals`and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment i opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner"(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive.Order 11246. N 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity -Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered;pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions,and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph'7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. City of Renton—Logan Ave.N. Page 20 Special Provisions Stage 2 Lake Washington Trail Project May 2010 x 14. The Contractor shall designate a responsible official to monitor all employment to ment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to 'keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if, any, employee identification number when assigned, social security number, race, sex, ;status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein`provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (January'4,2014) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. DBE Goals The Contracting Agency has established a goal'in the amount of: 16% DBE Eligibility' Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms certified by the Office of Minority and W©men's Business Enterprises (OMWBE.)' in absence of being listed, the Contractor may provide written proof from OMWBE documenting that their,proposed DBEs are currently certified. A list of firms certified by OMWBE is available from that office and I on, line through Itheir website (httpa/www.omwbe.wa.gov/biznetwas/mainmenu,asp) or by telephone at (360) 704-1181. it shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North American Industry Classification System (NAICS) code for the work being proposed. In establishing the certification status of any subcontractor or supplier, the bidder may rely upon the website list or upon any written commitments from OMWBE provided that information is obtained no earlier than 24 hours prior to the time set for bid submittals. Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the i� City of Renton—Logan Ave.N. Page 21 Special Provisions Stage 2 Lake Washington Trail Project May 2010 purpose 9 ur ose of meeting the goals. The amounts committed to a non-certified firm will not be counted in the evaluation of the bidder's DBE submittal. In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so, CountingDBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces, include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the OBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted toward DBE goals. in very rare situations, a DBE firm may utilize equipment and/or personnel from a non-DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must,be short- term and must have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by section 1-08.1. 4. When a non-DBE subcontractor further subcontracts to a louver-tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it' is a distinct clearly defined. portion of the work. of the subcontract that the 'DBE is, performing in a commercially.useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in City of Renton—Logan Ave.N. Page 22 Special Provisions Stage 2 Lake Washington Trail Project May 2010 force before the decertification and the prime contractor's actions did not influence the DBE's decertification. 3 ©BE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work ;performed by DBE Subcontractors and DBE suppliers. In the event that the IBE Primecontractor becomes decertified';during the contract, for reasons other than graduation from the program, the portion of the work performed after the: he decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount',equai to that which can not be counted, utilize the dollars committed/paid to a non-COA DBE who is already on the project, or;make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, ciearly defined portion of the work that the DBE performs with its own forces will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be Y required to meet the Condition of award and may;do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non-GOA DBE- who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be counted toward the goal. Changes in the Quantity of Work Owner,initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, tare Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. Original quantity Under runs In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according t to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. Contractor4nitiated Proposals--General 1. Reductions-,or Deletions Any reduction or deletion of Condition of Award DBE work that is E., proposed by the Contractor under this provision shall not be permitted without the express prior written consent of the Contracting Agency, City of Renton—Logan Ave.N. : Page 23 Special Provisions Stage 2 Lake Washington Trail Project May 2010 including concurrence by WSDOT/OEO which shall have the discretion to deny approval. The Contractor must notify and obtain written approval from the contracting agency prior to replacing-a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the DBE is unable or unwilling to perform. - The Contractor must make every good faith effort to find another certified DBE subcontractor to substitute for the original DBE. The good faith efforts shall be directed at finding another DBE to perforin at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. Any deviation from the DBE condition-of-award letter or contract specifications must be approved by Change Order issued by the Contracting Agency. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result In a reduction' in the dollar amount of condition-of-award to the contract.. In addition to the above requirements for reductions in the Condition of Awards additional requirements apply to the two cases of Contractor- Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create;underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work.method or material that serves to diminish or delete work committed to a DBE and replace it with other work,then the Contractor must`demonstrate one of the following: a. That thel replacement work will be performed by the same DBE (as long as the DBE is certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE.is aware that its work will be deleted or will experience underruns and has agreed Jn writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified QBE or provide documentation of good faith efforts to do so;or c. That the DBE is not capable of performing.,the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 2. Additions As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBEsubcontractor, not previously involved in the City of Renton-Logan Ave.N. Page 24 Special Provisions Stage 2 Lake Washington Trail Project May 2010 project, then a Request to Sublet shall be submitted in accordance with.Section 1-08.1. If the commitment of work is in the form of additional tasks assigned to an existing subcontractor, then a< new Request to Sublet shallnot be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor-is capable. of performing the additional work and has agreed (in writing) to the change: v� Commercially Useful Function Payments to a DBE firm will count toward DBE goals' only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work .involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE,,does not perform a commercially useful function if its'role is limited to that of an extra participant in,a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it:owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck.This does not preclude the leased,truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. t 5. The DBE may lease trucks from another DBE firm and may enter an - agreement with an owner-operator who is certified as'a DBE. The City of Renton—'Logan Ave.N. Page 25 Special Provisions Stage 2 Lake Washington Trail Project May 2010 DBE who leases trucks from another DBE or employs a-DBE owner- operator receives creditfor the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non-DBE firm and may enter an agreement with an owner-operator who is a non-DBE. The DBE who leases trucks from a non-DBE or employs a non-DBE owner- operator is entitled-to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner-operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All Tease agreements shall be for a Tong-term relationship, rather than for the in*idual project., Does not apply to owner-operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does" not apply to owner-operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the work. Pa Expenditures id to other DBEs P Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WVSDOT-OEO to City of Renton-Logan Ave.N. Page 26 Special Provisions Stage 2 Lake Washington Trail Project May 2010 operate as a DBE Manufacturing firm prior to bid opening pe 9 on any USDOT federally-assisted contract. Use of a DBE manufacturer that has not received an on-site review and approval by iAlSDO�=0E0 prior, to bid opening will result in the bid' ' being declared non- responsive. To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive credit towards LJ DBE ;parficipation until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing L" process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT-OEO. Regular Dealer, 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its f own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items asPetroleum , products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis.` c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status isranted on a contract-by-contract basis. To 9 y obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. L OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO,'- City of Renton-Logan Ave.N. Page 27 Special Provisions Stage 2 Lake Washington Trail Project May 2010 the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers fora contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov/biz/contaa/prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State 'Department of Transportation, P.O. Box 47314, Olympia, WA 98504-7314 or by phone at (360) 705-7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). Materials or Supplies Purchased from a DBE With respect'to.materials or supplies purchased from a DBE who is neither a manufacturer nor a regular'dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on, a job site may be counted toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general'description of the work to be performed by the DBE shall be included. if a DBE will perform`a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. in the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and :commitments demonstrated in the Certification shall become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal submitted that does not contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. City of Renton Logan Ave.N. Page 28 Special Provisions am Stage 2 Lake Washington Trail Project May 2010 F Selection of Successful Bidder/Good Faith Efforts The successful.bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates good faith effort to achieve the goal. Good faith efforts must be provided with the bid proposal. The first step in demonstrating good faith efforts is to document, through the DBE Utilization Certification, that the bidder has obtained enough DBE participation to meet or Lexceed the assigned DBE goal. ` If the bidder is unable to meet the goal as demonstra#ed above, the bidder shall supplydocumentation in addition to the DBE Utilization Certification of their good faith efforts to meet the DBE assigned contract goal. The additional documentation, if required, must be provided with the bid proposal. Based upon all of the relevant documentation submitted with the bid, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered.A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts will not be considered to be good faith efforts to meet the DBE contract requirements. The following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: L'' 1. Attendance by the bidder at any pre-solicitation orre-bid meetings p 9 that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities L available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 3. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; 4. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the bidder to a reasonable number of Specific DBEs, identified from the OMWBE Directory of Certified Firms for the; selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; City of Renton—Logan Ave.N. Page 29 Special Provisions Stage 2 Lake Washington Trail Project May 2010 6. Follow-up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s)for that rejection; 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; n not,$. Negotiating in ..good faith with the DBE firms,. and o , without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 9. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance 'offices and other organizations identified by,WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and 12. sin DBE Supportive Services b contacting the Office of Minority 2 Using _pp_ y g _ y and Women's Business Enterprises DBE Supportive Services Offices: Seattle: 206 553-7356 Tacoma: (253) 680-7393 If, after review of the documentationp rovided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's City of Renton-Logan Ave.N. Page 30 Special Provisions Stage 2 Lake Washington Trail Project May 2010 partial 900, fitment. However, the bidder will be formally advised in the award letter-that the,partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the `reduced attainment. Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract,its bid proposal will be rejected as non-responsive and the next lowest responsive bid accepted unless the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the ©BE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. The Contracting.Agency's decision on reconsideration of the bidders good faith efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. 3. The bidder shall have the opportunity to meet in person withthe official for the purpose of setting forth the bidder's position:as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract requirements. The bidder's support for its position must be based on its` bid submittal. The bidder may provide-further explanation/clarification of the information and materials in the submittal, but no new materials-or information will be considered by the official in reaching a decision on.reconsideration. 4. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal supported adequate good faith efforts to meet the DBE contract i requirements. The Contracting Agency has been advised that the United States Department of Transportation will not accept appeals concerning results of the reconsideration process. Procedures t3etween Award and Execution After award of the contract, the successful bidder shall provide the additional information described"below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: City of Penton-Logan Ave.N. Page 31 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1 Additional information for all successful DBE's as shown on the DBE Utilization Certification: Correct business name, federal employee identification number (if available), and mailing address. • List of all bid items assigned to each successful DBE firm, including unit prices and extensions. • Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. (2) A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20"', April 20th, July 20th, and October 20" of each year, The dollars reported will be in accordance with the "Counting DBE Participation". section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower--tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. City of Renton-Logan Ave.N. Page 32 Special Provisions Stage 2 Lake Washington Trail Project May 2010 .r t Damages for Noncompliance When a Contracfor violates the DBE provisions of the contract,the Contracting Agency may incur 'damages. These -damages consist of additional s administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of federal funding. Damagesattributable to a Contractor's violations of the D13E provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as all by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre-qualification status or seek oth=er rOmedies as allowed by federal or state law. In appropriate circumstances,the Contracting Agency may also refer the Contractor to state or federal authorities for additional sanctions. Required Disadvantaged Business Enterprise'Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Contractor to carry out these requirements is a material breach of-this contract, which may result in the termination of this A contractor such other remedy as the Contracting Agency deems appropriate. If the Contractor does not comply with any part`of its contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. Iry the case of WSDOT contracts, repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low,bidder must be in compliance with these'contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty days of receipt of notification: The adjudicative proceeding, if requested, will be conducted by an administrative law-'judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. Payment El, Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. City of Renton—Logan Ave.N. Page 33 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11)is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRE© FEDERAL AID PROVISIONS is inserted in each• subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-0811.GR1 Subcontracting (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the-Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower `tier subcontractor has been executed. This certification shallalso guarantee that these'subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1.' Request to Sublet Work(Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or`audit by representatives of the Contracting Agency City of Renton-Logan Ave.N. Page 34 Special Provisions Stage 2 Lake Washington Trail Project May 2010 during the life of,the contract and for a period of not less than threet ears after the o date of acceptance of the contract. The Contractor shall ret is these records for that, period. The C ractor shall also guarantee� that �these �records_ of ,all subcontractors rind 6'Wer tier subcontractors shall be available and open to similar inspection or audit for the same time period. { 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditionsshall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer, the contractor shall be able to overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented as follows: For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for `Temporary Water Pollution/Erosion Control" in the Proposal to become a part of the total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section' 1-09.6 of the Standard Specifications and these Special Provisions. 1-07.16('1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following.- The ollowing:The Contracting Agency will Iobtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency, may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials.` The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shalt confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private. property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. City of Renton—Logan Ave.N. Page 35 Special Provisions Stage 2 Lake Washington Trail Project May 2010 B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as gored a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements whioh are damaged by actions of the contractor shall be restored as nearly as'possible to their original condition. Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such `a manner that it may be replaced by him, upon completion. of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through;any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor- type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights-of- way,which have lawn areas. All fences, markers, mail boxes, or,other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours,in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately, available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs. shall be paid by the contractor. The contractor is responsible for identifying and documentinngg any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. City of Renton-Logan Ave.N. Page 36 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 811 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Contractor shall make arrangements two working days in advance with the Engineer to have a City representative present when their utility is exposed or modified. City of Renton—Logan Ave.N. Page 37 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Existingutilities for telephone, ower, gas water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arrangiri9 for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the otheritems ot the contract. UtilityPotholin 9 Potholing is included as a bid item for use in determining the location of,existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard` Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Utility Potholing" in the Proposal to become a part of the total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Resolution of Utility Conflicts" in the Proposal to become a rt of the total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. 1-07.17(3) Interruption of Services Section 1-07.17(3) is a new section; Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such-outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump"sum items of the Contract; no separate payment will be made. City of Renton—Logan Ave.N. Page 38 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-07.18 Public Liability arld Property Damage insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(les) 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 b the Contracting Agency. Insurance shall 'provide x y y 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 policyeffecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.1$(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable'to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage:to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when writtenon a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (a rating of A XIi or better is preferred). If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these �i City of Renton-Logan Ave.N. Page 39 Special Provisions Stage Lake Washington Trail Project May 2010 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 Contractorshall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations t • Contractual Liability(including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all: • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor& Industries Number D. Umbrella Liability (when necessary) Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional. Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional Lability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency. reserves the right to request and/or re,ulre additional coverages as may be appropriate based on work performed (i.e. pollution liability). TContracting gencywill NQ1 exercise its-riaht to request andlor require additions coverage for 12ollution_liability on this contract. 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: Section 1-07.18(2)amended to include sentence with double-unde fined text per Addendum#3. City of Renton—Logan Ave.N. Page 40 Special Provisions Stage 2 Lake Washington Trail Project May 2010 r: A. Be on a primarybasis riot contributory with any other insurance coverage and/or self-insurance oarried by CITY OF RENTON. B. Include a.Waiver df$ubro ation Clause. C. Severability of"fintarest 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 REQUIRE© 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! Liabil[fv General Aggregate* $2,000,000** Products/Completed Operations $2,000,000,** Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage.(Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General.Aggregate to.apply per project (ISO Form CG2503 or equivalent *Amount may vary based on project risk Au omobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compgnsatior LiStatutory Benefits- Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate , Professional Liability If reouired) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other agregate limits are reduced. At their own expense, the g GTT RR CONTRA O 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. City of Renton—Logan Ave.N. Page 41 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein)without modification. 2. Certificate of insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose' no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, Instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. dw 1-07.23 Public Convenience and Safety (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted,only if the Engineer approves the installation and location. City of Renton-Logo Ave.N. Page 42 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1 iupng. actual hours of work, unless protected as described above, only rnaterrals absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction stall be Mowed within the'IWCZ or allowed to stop or park on the shoulder`of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protectedas , described above. Deviation from the above requirements shall'n eq of occur unless.the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: s b ' 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (March 6, 20Q) Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. Sidewalk Closures The Contractor may close sidewalks to perform work associatedwith construction of trail and widening, as shown in the plans. However, only one street crossing may be closed at a time, per intersection, leaving the other three street crossings open to pedestrian traffic. (NWR Februaty 14, 2005) Signs and traffic Control Devices City of Renton-Logan Ave.N. Page 43 Special Provisions Stage 2 Lake Washington Trail Project May 2010 All signs and traffic control devices for the permitted closures shall only be g installed during the specifiedhours. Construction signs, if placed' earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shieldedfrom, residences and oncoming traffic. Lane Closures Lane closures will be not be permitted from 6:30 am to 8:30 am and from 3:00 prn to 6:00 pm Monday thru Friday. March fi 2000 (NWR Ma ) Hour Adjustment If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The engineer will notify the Contractor in writing of any change in the closure hours. (NWR March 6, 2000) Advance Notification The Contractor shall notify the Engineer in writing 2 working days in advance of any lane closure, sidewalk closure„or both. 1-07.23(l) Construction Under Traffic s Section 1-07.23(1) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. =1hTs of dust, mud, or unsafe practices and/or property 'damage to private p will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. City of Renton-Logan Ave.N. Page 44 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Contractor ,shall rrlaintain the roads during construction in a suitable condition to mrntrriixe affects to vehicular and pedestrian traffic. All cost to'maintaln the roads shalt be borne by Contractor. At least on -w ` r e ay traffic shall be maintained on all cross-streets within the project limits during working hours. Cane tone shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and committer 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 commenceIment of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify andcoordinate 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 Lcopy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded, and covered at all times. Contractor shall notopen.an trenches that cannot be completed and refilled that same day. Trenches shall be paged or covered by a temporary steel plate, at Contractor's expense, exceptin ,areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.24 Rights of Way (October f,2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. The Contracting Agency has obtained all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions Appendices. City of Renton—Logan Ave.N. Page 45 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other, Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the 'private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, 'in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECCITION ANDPROGRESS Section 1-08.0 is a new section with;subsection: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract"Documents: Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study'and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed but prior to the Contractor beginning the Work, a preconstruction conference will be held d 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) 4 Approval of qualified subcontractors(bring list of subcontractors if different from list submitted with Bid) + List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal`suppliers 3 Detailed equipment list, including "Rental Rate Blue Book" hourly costs' (both working and standby rates) 3 Weighted wage rates for all employee classifications anticipated to be used on Project + Cost percentage breakdown for lump sum bid item(s) 3 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+copies) City of Renton Logan Ave.N. Page 46 Special Provisions Stage 2 Lake Washington Trail Project May 2010 4 Temporary`WAter Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and"insurance Project meetings-schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage EV Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance,payrolls, certifications Safety regulations for Contractors'and Owner's employees and representatives Suspension of work,time extensions Change order procedures Progress estimates -procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of' progress schedule and coordination. 1-08.0(2) Hours of Work (May 25, 2006 APWA CSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal; straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. and 8:00 p.m. to 5:00 a.m. of a working day with<a maximum l-hour lunch break and a 5-day workweek. The normal straight time 8-hour workifig period for the contract shall be established at the preconstruction conference or prior to the Contractor`commencing the work. If an r Cot actor desires to perform work on holidays, Saturdays, Sundays, the Contractor shall apply in writing to the Engineer for permission to work such times. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. City of Renton Logan Ave.N. Page 47 Special Provisions Stage 2 Take Washington Trail Project May 2010 Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees ,when in the opinion of the Engineer, such work necessitates their presence. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc, 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub- element has a duration exceeding 30 calendar days. The schedule shall clearly City of Renton—Logan Ave.N. Page 48 Special Provisions Stage 2 Lake Washington Trail Project May 2010 indicate the activities which comprise the critical path. For oach activity not on the gritloal Oa the schedule shall show the float, or slack, time. 2. Procurement'of material and equipment. L3. Submittals requirin review by Engineer. Submittal by Contractor and review by Engineer shall be sown as separate activities. 4. Work to be performed by a subcontractor,agent, or any third party. 16 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 'ob site, or special provisions of this Contract, or reasonably meet the completion dfate of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of-Enggineer, the Progress of construction falls significantly behind schedule, Contractor, may be required to submit a plan for Lregaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contracttime. 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 LProgress 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 an making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: City of Renton-Logan Ave.N. Page 49 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1 third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining'in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of 3" 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. k The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to`have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 100 working days. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following City of Renton-Logan Ave.N. Page 50 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Lump Sum. The petcentage'of lump sum work completed, and payment will be based an the cost percentage breakdown of the lump sum bid pride(s) submitted at the preconstruetion 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 unitprice of labor, materials, and equipment for each item. The summation of the detailed unit 3 prices for each item shall add up to the lump sum bid. The unitpricevalues may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Ward Quantities.tt Contractor shall provide truck. trip.tickets for progress payments only in the following manner. Where items are, specified to be paid by the cubic yard,.the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain` the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street F. 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name it will be Contractor's responsibility to see that a ticket is ,given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractors responsibility to see that a certified weight ticket is iven to the Inspector on the project at the time of deliverer of materials for each g truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and here shall be no duplication of numbers. g t . 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 truckload weight in tons (stamped at source) City of Renton—Logan Ave.N. Page 51 Special Provisions Stage 2 Lake Washington Trail Project May 2010 4. Net load (stamped weight ed at source) 9 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless 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 PParticular 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. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and 'installed" under another payment item, such items shall be furnished FOR project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and i4stalled" 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 City of Renton—Logan Ave.N. Page 52 Special Provisions Stage 2 Lake Washington Trail Project May 2010 those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Engineer 1-09.7 Mobilizatibih Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, 'thefallowing items: site preparatlon, 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 Lrsonnel;peobtaining permits or licenses required to complete the project not furnished by Owner;,demobilization and project clean-up. The Contractor shall provide and maintain up to two, 4' x 8'construction project si ns as shown in the standard plans section of the contract documents. The Engineer shall verify in writing the exact field location(s) with the contractor prior'to installation of the sign(s). All labor, material, and �euipment used #or providingg and maintaining the construction project si n(s} are in ental to the bid item "Mobilization/Demobilization, g Site Preparation and Cleanup." E, This item shall also includerovidin Engineer and -inspectors s with access to telephone, facsimile machine, and copy m9 specto machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization/Demobilization, Site Preparation and Cleanup,"Lump Sum. 1-09.9 Payments A 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. a 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). 1-09.112 Claims Paragraph's is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver, of the claims by the Contractor as provided in Section 1-09.9. 1-09.13{3)6 Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: City of Renton—Logan Ave.N. Page 53 Special Provisions Stage 2 Lake Washington Trail Project May 2010 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 shalt 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 `Temporary Traffic Control," the work required for this item shall be all items described in Section 1-10, including, ,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing,maintaining, and payment in a different manner for that device. 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor. 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices. 4. Furnishing labor and vehicles for patrolling and maintaining in position:all of the construction signs and the traffic control devices, unless a pay stern is in the bid proposal to specifically pay for this work. 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 adirected by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control pian 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 and traveled portion of a roadway. City of Renton-Logan Ave.N. Page 54 Special Provisions Stage 2 Lake Washington Trail Project May 2010 9. Assuarnga the all.traveled portions of roadways are Open to traffic during peak tra#fjc prosa.,m. to 8:30 a.m., and 3:.0bp.rn. to 800 p,mi, or as, specs ed in the special'provisions or as directed by the Engineer. 10. Ptornptly.,re# i n or covering all nonapplicable signs during periods when they are not needed. if no bid item "Temporary Traffic Control"appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizi evi ng d ccs, pieces of equipment, or services whichcould not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, there a new item"or items may be established to pay for'such items. Further limitations`for>consideration of payment for these items are that they, are not covered by other pay items in the bid proposal, they are not specified in the ecial 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. Ine event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will beby agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item 'Temporary Traffic Control"to address 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 the approval of Owner. Traffic control devices and their use shall conform to.City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of. Engineer. Any days lost due to improper traffic control will be charged against Contractors allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2 Traffic Control Management 1-1©.12 { ) Description (May 25, 2046 AAWA GSP) Revise the third paragraph,to read: The Contractor shall provide all signs and other traffic control devices. The Contractor shall erect and =maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may City of Renton—Logan Ave.N. Page 55 Special Provisions Stage 2 Lake Washington Trail Project May 2010 occur on highways, roads streets sidewalks or paths. No work shall be,done on or , adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1-10.2(1) General (December 1, 2008) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training ,curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 EvergreenSafety Council 401 Pontius Ave. N. Seattle,WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 1`00 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540)368-1701 Traffic Control Plans Section 1-10.2(2) is supplemented with the following: The Standard "K" Traffic Control Pians contained in these Contract`Provisions are for general guidelines only. The Contractor shall submit to the°Engineer for approval four (4) copies of the traffic control plans that she/he intends to use fppr any traffic control that he/she will use on the project to include pedestrian and bike movements. The Contractor shall submit these plans at the Preconstruction Conference. No traffic and or sidewalk control plan shall be. used without prior approval. No traffic revisions, or interference with traffic, will be allowed without a traffic control plan. If, in the opinion of the Engineer, additional traffic control is required to protect the City of Renton-Logan Ave.N. Page 56 Special Provisions Stage 2 Lake Washington Trail Project May 2610 i Workers, or the public, work in the affected area shah stop until,an approvedP lan is .prepared and proper traffic control is provided. Such actions shall not be a cause for extension of contract time. If the nature of work requires a different kind of traffic control plan than the one approved, a revised set of traffic control plans shall be submitted for approval. Contractor must submit the revised Plan in writing to Engineer at least 5 days " before starting the'affected work. 1-10.3 Traffic Control Labor, Procedures and Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricadesshall be reflectorized as specified in Part VI of the MUTCD and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers: 1-10.3(3)A Construction Signs Section 1-10.3(3)A paragraph 1 is revised as follows: All 'signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform to established y standards, will be furnished by the Contractor. Section 1-10.3(3)A paragraph 4 is supplemented 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. 1-10.4 Measurement Section 1-10.4 is replaced with: 4 No specific unit of measurement will apply to the lump sum item of `Temporary Traffic Control". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: { City of Renton—Logan Ave.N. Page 57 Special Provisions Stage 2 Lake Washington Trail Project May 2010 'Temporary Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for preparing and submittal for approval traffic control plans, furnishing, installing, maintaining, and removing traffic control devices required y the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. Progress payment for the lump sum item "Temporary Traffic Control" will be made as follows: 1. When initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. 2. Payment#or the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item`Temporary Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall'be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10,.3(1) and as authorized by the Engineer. price hall be full a for all costs for performing the work The Lump Sum contract p e s pay p � described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 1-11 RENT©N SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for surreys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. City of Renton-Logan Ave.N. Page 58 Special Provisions Stage 2 Lake Washington Trail Project May 2010 All surveys and curve' reports shall be prepared in accordant -w4h-#lie requirements established by the Board of Registration for Professional Engineers and Land #z Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Sur veyQatum, and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All 'horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure' y requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2.-of the Minimum Standard Detail E, Requirements for ALTAIACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classiication in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit'at (east 1 part in 50,004 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniquesdated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one-of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3400 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be -set on or near the project in a permanent' manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well'as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. El 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used.field notes must also be kept with:a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. City of Renton—Logan Ave.N. Page 59 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Eve int located or set shall be identified by a number and a description.< Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 34$.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Comer A point on a land boundary, at the juncture of two or more boundary lines.'A monument is usually set at such points to physically reference a comer's location on the ground. Monument Any physical object or structure of record which marks or accurately references: ` • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any comer or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth comers; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior tot corners. 1-11.1(6) "Control or Base Line Survey Control or*Base tine Surveys shall be established for all construction protects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to,an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic Mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. City of Renton-Logan Ave.N. Page 60 Special provisions Stage 2 Lake Washington Trail Project May 2010 If recording is not req "red, the survey drawing shall be prepared an 22 inch by 34 inch mylar, and the anginal or a photographic mylar thereof will be " Renton. submitted to the City of E The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing The listing should include thepoint number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the:establishment of bench marks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Statlon—Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or ;back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in ai least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station—Offset To pography Elevations of the baseline and topographic points shall be determined by Spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be '"as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. City of Renton—Logan Ave.N. Page 61 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The"as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builtiing" surveyor is therefore required. All "as-built"surreys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for"as-built" shall meet the requirements of Section 1.11.1(4) herein and submitted with stomped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built". The >drawing and electronic :listing requirements set forth in Sect-ton ( ) herein, shall be observed for all "as-built"surveys. 1-11,1;(12} Monument Setting and Referencing All property or lot corners, as defined in Section 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per Section 1-11:2(1). in situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. in most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective comers shall be shown or described on the face of the plat or survey of record, e. ., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non corner monuments, as defined in Section 1-11.1(5), shall meet the requirements. of Section 1-11.2(2) herein. if the monument falls within a paved portiorf of,a right of way,or other area, the monument shalt be set below the ground surface and contained within a ridded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. if the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non comer monuments set while under contract to the City of Renton or as art of a City of Renton approved subdivision of property, a City of Renton Monument Gard (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument street Intersection; etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials -11.^(1) Property/Lot Corners Corners per Section 1-11.1(5) shall be marked In a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack In lead, etc. and City of Renton Logan Ave.N. Page 62 Special Provisions Stage 2 Lake Washington Trail Project May 2010 permanently marked or p Y tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments` Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard. Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUMBiNG, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: E61" (......) The limits of clearing anis rubbing construction limits) shall be defined as being the gg construction limit lines as shiown (in the Plans. Where, in the opinion of theEngineer, Lo any trees abutting or adfadont 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 grubbin limits.shall be left undamaged by g the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, 'beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs; curbing, ornamental plants, and- any other decorative -landscaping materials wLithin the construction"limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials and private signs. All landscaping materials and signs 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, E, these Special Provisions, and the Plans. The Contractor,shall receive approval from the Engineer prior to removal 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: L; (......) The Contractor shall dispose of all debris by Disposal Method No. 2-Waste Site. E" 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for"Clearing and Grubbing shall be full compensation for all work described herein and shown in the Pians, including removing trees and shrubbery and private signs where shown in the Plans and directed by the Engineer. City of Renton—Logan Ave.N. Page 63 Special Provisions Stage 2 Lake Washington Trill Project May 2010 2-02 'REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02,3 is supplemented by adding. Remove completely all existing improvements and facilities as shown on the Plans and as re uired for construction of the new facilities. Also remove obstructions encountered including, but not limited to, tree roots, stumps,,miscellaneous structures, and debris of all types. Except as specified elsewhere or as shown on the Plans, upon tbeir'r+emovat the structures and obstructions, except for items specified to be salvaged, shall become the property of the Contractor and the Contractor shall dispose of them In a manner meeting ail requirements federal, state, county, and local laws and regulations. Where existing pipe below new pipe must be 'removed to construct the new pipe, backfill the resulting over-excavation with material specified for pipe bedding in Section 2-09, Structure Excavation. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented as follows: Item "i is revised as follows: In removing pavement, sidewalks, driveways, curbs, and gutters, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened-to traffic before pavement patching has been-completed,.temporary mix-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. Asphalt Concrete Pavement Removal Where shown on the plans and as directed by the Engineer, the Contractor shall remove existing pavement irrespective to the type of material encountered. Prior to removai, the Contractor shall make a vertical cut the full depth of the,pavement to delineate the areas of pavement`removal from those areas of pavement to remain. m property of the'Contractor.and shall be : The removed pavement shalt become the p pe y removed from the project. i the pavement to remain due to the Contractor's Damage caused #o portions of operafion, shall be repaired by the Contractor at the Contractors expense and to the satisfaction of the Engineer. Removal shall be conducted in such a manner to' prevent damage to adjacent pavement, sidewalk or gutter that is to remain. The Contractor shall replace all City of Renton-Lagan Ave.N. Page 64 Special Provisions Stage 2 Lake Washington Trail Project may 2010 pavements sidewalk,,curl.and gutter to remain that is damaged due to the Contractor's operation,to the satisfaction of the Engineer at no cost to the City,The Contractor shall dispose of all rernioued`concrete and asphalt pavement, curb & utter, and sidewalk off the project site,,These shall not be incorporated into he proposed roadway section. Curb and Gutter Removal Where shown on the plansand as directed by the Engineer, the Contractor shall remove existing cement concrete curb and gutter. Curb shall be removed to an existing joint. The removed curb shall become the property of the Contractor and shall be,removed from the project. Damage caused to portions of the curb to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor`s expense and to the satisfaction of the Engineer. Sidewalk Removal. Where shown on the plans and as directed by the Engineer, the Contractor shall remove existing cement concrete sidewalk. The removal of cement concrete sidewalk is not considered to be within the "roadway excavation limits and will be paid for separately. Prior to removal, the Contractor shall make a vertical saw cut the full depth of the sidewalk to delineate the areas of sidewalk removal from those areas of sidewalk to remain. The saw cut shalt occur at an existing scoreline or 'an expansion joint. The removed sidewalk shall become the property of the Contractor and shall be removed from the project. Dama.ge caused to portions: of the sidewalk to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Remove Existing Steel Sidewalk Cover Where shown on the plans and as directed by the Engineer, the Contractor shall carefully remove the existing steel sidewalk cover. The sidewalk cover shall be carefully disconnected from the sidewalk and power source, and delivered to Boeing for storage. Some disassembly'may be required to facilitate delivery to Boeing. The contractor shall be responsible to repair damage to the sidewalk cover caused by L? disassembly and delivery. 2-62.3(4) Sawcut Existing Pavement The Contractor shall be responsible for ensuring that special precautions are undertaken s6that in accordance with Department of Ecology guidelines;no concrete (asphalt or cement) or concrete by-products are discharged .into any storm drain or surface water. Cutting operations will increase the pH of water, therefore filtering is not acceptable. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected using vacuuming and/or;pumped into City of Renton—Logan Ave.N. Page 65 Special Provisions Stage 2 Lake Washington Trail Project May 2010 containers for disposal. Disposal may be to soil or other porous surface away from P p y storm drains. Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering storm systems. Collecting and disposal of wasted water shall be considered incidental to and included in the various bid items involved with the operation. 2-02.3(5) Salvage . rates covers and other material value removed from the ro'ect shall Casings, frames, g , 1 P be carefully salvaged and delivered to the City of Renton Transportation ;Maintenance and Operations Section in good condition. The Engineer will identify salvageable materials. 2-02.4 Measurement Section 2-02.4 is supplemented by adding; Sawcut existing pavement shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. Measurement for removal of cementconcrete sidewalk shall include the area of existing driveway within the removal area 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Sawcut", per linear foot "Sidewalk Removal", per square yard. "Curb Gutter Removal", per linear foot. "Asphalt Concrete Pavement Removal," per square yard. "Remove Existing Steel Sidewalk Cover,"lump sum. removal n disposal of structures and obstructions including All costs related to the emo al a d osal p g saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bld'items in the proposal. If pavements, sidewalks, curbs, or gutters lie within an excavation area and are not mentioned as separate pay items; their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03..3 Construction Requirements Section 2-03.3 is supplemented as follows: City of Renton-Logan Ave.N. Page 66 Special Provisions Stage Lake Washington Trail Project May 2010 Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. 8-0—able exravWed FnateFial shall be used 4*i G�e�2 , Earthwork quantities and changes will be computed, either manually or by means of electronic data processintq 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 Pians,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 comp with the grades shown on the Plans. In filled and backfilled areas, fine gradings all begin during the placement and the compaction of the final layer. In cut sections, fine,grading „ shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs andutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil:or excavation to grade and before placement of fills or base course, the su4rade under the roadway shall be proof rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable v p e exca ated native sods shall be used for fill in the area requiring fills. .Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. 2-03.4 Measurement Section 2-03.4 is supplemented as follows: 2 Section 2-03.3 edited by crossing out sentence in first paragraph per Addendum#3 City of Renton—Logan Ave.N. Page 67 Special Provisions Stage 2 Lake Washington Trail Project May 2010 At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation, by the cubic yard (adjusted for swell), may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is supplemented 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 incidental to the following bid items when they are included in the Proposal: "Roadway Excavation Including Haul," Per Cubic Yard "Gravel Borrow Including Haul," Per Ton 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 as follows: Su rade preparation and maintenance including watering shall be considered as inciddental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. City of Renton-Logan Ave.N. Page 68 Special Provisions Stage 2 Lake Washington Trail Project May 2010 • • ' -• .t• -® -a K�- - ..t• _ - - .-. t +;-tli /�«_-_ I= +f � o is ON TXG MM 1- «lt__ ®- . 11a _ 11 +�Y «_I +1 �i! + fl .r r' • `1f+f _« 1" + - «1 -- — /" li «—_—«1 ,__ +- t- t _•• ►l • II _ i/ __• _t- a 11 ._ 1/ «- «1- -« +Ittl " . ►lam t f' et , e. 11=1 1 +f— •fllt ' t+ l l" - et1A1' . il. • � "+ t e- /+ "1 .t• « al PUMM- M f .a•I I♦I • 1' 11.1— '1 . •tt• .,i • e • � a e - •e e- • • — �= • e 1 d Sampling lin of MMA for non-statistical'evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2010 edition, section 5-04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMAless than 2500 tons in any application. Testing beyond that specified in 5- 04.3(7) A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti-strip additive, where required, will be verified and documented by the engineer. 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation willl be their conformance to the requirements of Section 9-03:8(2) the Standard Specification, 2W edition, 5-04.3(8)A, Acceptance Sampling and Testing-HMA Mixture Item 4, second paragraph is deleted. 5-04.3(8) A, Acceptance Sampling and Testing HMA Mixture Item 7 is deleted. 5-04.5(1)A price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06:2 using the following price adjustment factors:• Table of Price Adjustment Factors Constituent Factor 1 All aggregate passing: 1 1/2", 1", 3/d', 1/2", 3/8"and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical `Evaluation. Each lot of HMA produced under Nonsiatisieal 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 mare constituents City of Renton Logan Ave.N. Page 70 Special Provisions Stage 2 Lake Washington Trail Project May 2010 fall outside the nonstatistical acceptance tolerance limits in Section 9 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of fi three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits 'in Section 9-03.8(7), the lot shall be evaluated. to determine the appropriateCPF.` The commercial tolerance` limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When fess than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each 'lot of HMA produced under Non-statistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is:not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1) B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix: 5-05 CEMENTCONCRETE CRE. E P AVEMENT 5-05.3(1) Construction Requirements Section 5-05.3(1) is amended to include the following: Cement Concrete Class 4000 shall be used for Cement Concrete Pavement. City of Renton—Logan Ave.N. Page 71 Special Provisions Stage 2 Lake Washington Trail Project May 2010 7-04 STORM SEWERS 7-04.2 Material Section 7-04.2 is supplemented with the following: Materials for ductile iron pipe, special class 52, storm pipe 12-inch diameter shall meet the requirements of Section 9-30.1(1) 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 Section 7-04.5 is supplemented with the following: "Storm Sewer Pipe In. Diam.",per linear foot The unit contract rice per linear foot for storm sewer pipe of the kind and size specified t shall be full pay for all ork to complete the installation,including adjustment of inverts to manholes. Gravel backfill for pipe bedding, trench excavation, and trench backfill shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Abandonment and plugging of pipe shall be included in the lump sum contract price;for "Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements 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. Where shown on the Plans 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. Where shown on the Plans the existing cast iron ring and cover on manholes and the catch basin frame and grate shall be removed or replaced with a new rectangular frame and solid locking cover or rectangular frame and City of Renton—Logan Ave.N. Page 72 Special Provisions Stage 2 Lake Washington Trail Project May 2010 grate. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractors, construct manholes so as`to proVrcle adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per,standard detail BR219, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6 above grade. 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 a proximate,)� el ht inches below the subgrade'and covered with a temporary wood cover. E .19+g manholes shall be cut off and covered in a similar manner., The contractor shah carefully reference each manhole so that they may be easily found upon completion of the street work. Aterplaclrig the gravel or crushed stone surfacing, the manholes and manhole castings shati be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the -minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which`result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined,,above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement. Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The .pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The 'a 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 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 shalt then be placed and compacted Lwith hand tampers and a patching roller. The complete,patch shall match the existing paved surface for texture, density, and uniformity of grade. The 'oint between the patch and the existing pavement shall then be carefully painted with of asphalt cement or asphalt emulsion and shall be immediately covered with dy IL paving sand before the asphalt cement solidifies. The inside throat of the manhole shall 16 be thoroughly mortared and plastered. Adiustment 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,ad)`ustment of the top of the inlet will be performed in similar manner to the above for.manholes. 'On,asphalt concrete paving projects using curbb and gutter section; that portion taf the cast iron frame not embedded �n 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 thwearingcourse of asphalt concrete pavement will butt the cast iron frame. The City of Renton—Logan Ave.N. Page 73 Special Provisions Stage 2 Lake Washington Trail Project May 2010 existingg concrete pavement and edge of the casting shall be inted 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(3) Connections to Existing Manholes section 7-05.3(3)is supplemented by adding the following: Where shown on the plans, new drain,pipes shall be connected to existingline, catch basin, curb.inlets;and/or manholes. The contractor,shall be required to core dol! into the structure, shape the new pipe,to fit and regrout the opening in a'workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing ppipe or structure that is to remain in place resulting from the ations sF� Contractors operall 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) Adjusting Existing Utilities to Grade Section 7-05.3(1) is added as follows: Where shown in the Plans or where directed by the Engineer, existing Junction boxes, vault risers, meter boxes, shall be adjusted to the finished grade-.,or otherwise designated by the Engineer. 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Adjustments of new drainage structures and miscellaneous items that are part of the construction project shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. City of Renton—Logan Ave.N. Page 74 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Adjustment tf- rsW liructures and miscellaneous items such. s`valve boxes shall be measur t by "A u t Existing Utility to Grade,"per each, which shall be full pay for all labor and materials i6cludo all concrete for the completedadjustment in accordance with Section 7-05.8(1)a sridthe City of Renton Standard details: 7-05.5 Payment Section 7-05.5 is supplemented as follows: EJ` "Adjust Utility (Water Valve Box)," per each. "Relocate Utility(Junction Box), per each. "Adjust Utility(Storm Chain Manhole)," per each. "Adjust Utility(Water Meter),"per each. The unit contract price per each for the above items shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. The pay item "Relocate Utility Junction Box)," per each includes labor, materials, and equipment required to ensure the existing functionality of each box is restored and is considered incidental and no additional payment will be made: If no bid item for Structure Excavation Class' A or Structure Excavation Class B is included in the schedule of prices then the work will ;be.considered incidental and its Lcost should be included in tbe:cost of the adjustment of the utilities. _7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-.00,3(1)C_ 86d-ding the Pipe_T 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 wails of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand corny action shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: 4 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. r City of Renton-Logan Ave.N. Page 75 Special Provisions Stage 2 Lake Washington Trait Project May 2010 The Contractor shall transfer line andrade into the trench where they shall be carried by means of a laser beam using 50 font minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)8 Pipe Laying—General Section 7-08.3(2)B is supplementedby adding the following: Checking of the invert elevation of the pipe may be made b calculations from measurements on the top of the pipe, or by looking for ponding or1/2" or less; which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size,`pipes) shall be laid by matching the (eight-tenths) flow elevation, unless o#herwlse approved by the Engineer. shall be carefully handled and protected against damage, impact All pipe, fittings, etc. y p 9 9 pa shocks, and free fall All pipe handling equipment shall be accede 'to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe a ainst injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show,defects,that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired,or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be. kept clean during and after laying. All openings inti 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 pie due tp unforeseen obstru ons or o#her causes, the ENGINEER may change the allgnment and/or the grade. 1=xcept fir:ehprt runs which may be permitted by the ENG19EER, pipes shall be laid,uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with eiliptical 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. 7-083(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shallbe 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. City of Renton Logan Ave.N. Page 76 Special Provisions Stage 2 Lake Washington Trail Project May 2010 7-08.3(2)H Sewer line Connections Section 7-04.3(2)H'is supplemented by adding the following: All connections not occurring ata 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 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. Wheri the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. .E 7-08.3(2)J Placing PUC Pipe Section 7-08.3(2)) is an added new section: 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, installing, and compacting bedding and backfill material within the pipe zonein 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, shall be considered incidental to the pipe and no further compensation shall be made. 7-14.3(7) Replace Fire Hydrant Section 7-14.3(7) is an added new section: City of Renton-Logan Ave.N. Page 77 Special Provisions Stage 2 Lake Washington Trail Project May 2010 ll new fire hydrant only were shown on the The Contractor shall .furnish and install a y y plans. The associated piping and valves shall remain in place. 7-14.5 Payment Section 7-08.5 is supplemented by adding the following: "Replace Fire Hydrant', per each 8-02 ROADSIDE RESTORATION 8-02.3(4)A TOPSOIL TYPE A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.1(1)Topsoil Type A Topsoil Type A shall be installed in the locations shown and at the depths noted on the Plans and Details.The Contractor shall be responsible for verifying the subgrade prior to placing and compacting the topsoil. &02.3(7) LAYOUT OF PLANTING Section 8-02.3(7) is revised as follows: The first paragraph is replaced with the following: The Contractor shall take the perimeter of all planting areas for approval by the Engineer prior to any installation activities. The City Forester shall mark all new tree locations prior to installation. The Contractor shall notify the City two weeks prior to tree delivery for tree placement coordination. 8-02.3(6)Soil Amendments Section 8-02.3(6) is supplemented with the following; Organic Compost: Provide three inches (two inches compacted depth) of compost per six inches of specified topsoil depth. Mushroom compost, sludge/compost blend,and/or aged fir bark mulch shall satisfy organic requirements. Compost shall be from non-farm''animal sources, nor from sources containing redwood/cedar products. 8-02.3(8) PLANTING Section 8-02.3(8) is supplemented with the following: The City will select the street; trees directly at the supplier's location prior to delivery. (nursery or grower location). If located outside of Washington State the Contractor shall City of Renton-Logan Ave.N. Page 78 Special Provisions Stage 2 Lake Washington Trail Project May 2010 provide photo(s) for each tree and contact information for the supplier. The Contractor shall notifythe'City four'weeks prior to tree delivery for plant selection coordination: All street trees included in this ' roect shall p � a conform to the Street Tree Grade quality and condition requirements stated in section 9-14,5(2) OUALITY. 8-02.3(10) Fertilizers Section 8-02.3(10) is supplemented with the following: Complete fertilizer with trace elements, 8 percent sulfur, and a minimumof 50 percent slow release nitrogen Fertilizer shall be: "Agro-Deluxe Nursery" 10-15-20 at 50 pounds per 1,000 square feet, or 10 yards of organic compost; or "!:illy-Miller-Pro Ornamental" 14-18-12 at 50 pounds per 1,500 square feet, or 15 yards of organic compost; or , "Grace Sierra High N",24-4-6 at 50 pounds per 2,000 square feet, or 15 yards of organic compost. Section 8-02,3(16)A is supplemented with the following: Grass seed, using the stated proprietary mixture shall be applied at the rate of 8lbs k; pound per 1000 square feet.- Apply the following mix to all areas shown on the pians to receive "Seeded Lawn Installation": Low Grow Seed Mix Grass seed, of the foll6wing composition, proportion, and quality shall be applied on all areas requiring "Seeded Lawn installation" as shown in the Plans: Kind and Variety of Seed in Mixture /o By Botanical Name Common Name Weight Lolium perenne L. Dwarf Perennial Rye 40% Festuca rubra Creeping Red Fescue 40% Festuca breuipila Hard Fescue 20% Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N-5% Available Phosphoric Acid as P2O5-4% Soluble Potash as K2O-3% The fertilizer formulation and application.rate shall be approved by the Engineer before use. City of Renton—Kogan Ave.N. Page 79 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Mulching Seeding mulch shall be applied at a rate of 1/2 pound per square yard. 8-02.3(17) ROOT BARRIER Section 8-02.3(17) new section: The root barrier material shall conform to section 9-14.8 The contractor shall install root barrier where indicated on the Plans. Installation of the root barriershall follow the written instructions or procedures outlined by the manufacturer for the specific type of root barrier. The contractor shall adhere to the requirements of Section 1-07.16(2) VEGETATION PROTECTION AND RESTORATION when installing root barrier adjacent to existing trees to remain. 8-02.3(18) Landscape and Irrigation Maintenance Bond Section 8-02.3(17) is an added new section:8 The contractor will be required to furnish a Landscape and Irrigation Maintenance Bond upon completion of landscape and irrigation work that will be for 2 years and be set at 15%of the construction costs for PSIPE plantings and Irrigation system complete. 8-02.4 MEASUREMENT Section.8-02.4 is supplemented with the following: `Root Barrier'will be measured by the linear foot. 8-02.5 PAYMENT Section 8-02.5 is supplemented with the following: "Root Barrier", per linear foot. 8-03 IRRIGATION SYSTEMS 8-03.1 Description Section 8-03.1 is supplemented with the following: This work shall include new irrigation systems, repair and/or restoration of existing irrigation systems impacted by the work. 8-03.2 Materials Section 8-03.2 is supplemented with the following: City of;Renton-Logan Ave.N. Page 80 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Comply with requirements of authority with jurisdiction for irrigation systems. Listing/Approval :Stamp, .Label, or Other Marking: On. equipment, specialties, and accessories made to specked standards. Listing and Labefn : Equipment,-specialties, and accessories that are fisted and labeled. The Terms"Listed"and"Labeled": As defined in"National ElectricalCode,"Article 100. Listing and Labeling ' Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL)as defined in OSHA Regulation 1910.7, Product Options: Irrigation system piping, specialties, and accessories are based on specific types, manufacturers, and models indicated Components with equal performance characteristics produced by other manufacturers may be considered, provided deviations in dimensions, operation, and other characteristics do not change design concept or intended performance as judged by the Engineer. The burden of proof of product equality is orrthe Contractor. 8-03.3 Construction Requirements Section 8-03.3 is supplemented with the following: Investigate and verify available water supply, water pressure and flow characteristics. Perform site investigation, research public utility records, and verify existing utility locations. Verify that irrigation system piping may be installed in compliance with original design and referenced standards. Notify the engineer of any site or utility discrepancies immediately upon discovery. Instaft Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Components and Installation:;Capable of producing piping systems with the following minimum working pressure ratings except where indicated otherwise. Pressure/Mainline Piping: 200 psig (1380 kPa). Circuit/Lateral and Drain Piping: 200 psig (1380 kPa). Irri ation q Submittals Submit the following cut sheets and product information to the Engineer for acceptance 30 days prior to beginning irrigation work. Product data including pressure rating, rated capacity, settings, and electrical data of ` selected models for the following: City of Renton—Logan Ave.N. Page 81 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Valves, including general-duty, underground, manual and automatic control, and quick coupler types, and valve boxes. 1. Sprinkler assemblies including bodies, nozzles, check valves, emitters, drip tubes and devices. 2. Triple swing joint riser assemblies. 3. Controls, including controller wiring diagrams. 4. Wiring. Submit an Operating and Maintenance Manual upon final acceptance of the irrigation system. Maintenance data for presentation in the"Operating and Maintenance Manual": 1. Automatic control valves. 2. Sprinkler Assemblies. 3. Controllers 4. Record Documents, see As-Built Plans Section 8-03.3(10) for final documents 5. Update record drawings daily. 6. Make record drawings available in Irrigation Contractor's job site office for access at all times. Deliver extra materials to Owner after irrigation warrantee period has been completed. 9 Furnish extra materials matching products installed as described below. Package them with protective covering for storage and label clearly describing contents. a< 1. Quick Coupling Valves: Furnish quantity of units equal to 10 percent of amount of each size installed. 2. Sprinkler Assemblies: furnish- quantity of units, including bodies and nozzles, equal to 10 percent of amount of each type installed. 3. Triple Swing Joint Riser Assemblies: Furnish quantity of assemblies equal to 10 percent. 4. Emitters, Drip Tube, and Devices: Furnish quantity of units equal to 10 percent of amount of each type installed. 5. Valve Access Keys: Furnish (1) tee handle key for curb stop at water meter, (1) key handle to operate ball isolation valves and (1) key to operate remote control valve adjustment. 6. Quick-Coupler Operating Keys: Furnish (2) Quick coupler key assemblies fitted with hose swivel and gate valve, and (1) Quick coupler key to be utilized for "Winterization Blowout." 8-03.3(1) Layout of Irrigation System Section 8-03.3(1) is supplemented with the following: General Locations and Arrangements: Drawings indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, and in other design considerations. Install piping as City of Renton—Logan Ave.N. Page 82 Special Provisions Stage 2 Lake Washington Trail Project May 2010 indicated, except where deviations to layout are approved on coordination�iran s.. Do not install any valves;,backflow preventers or Pressure Piping outside of g p ng property lines. The Contractor shall stake head locations with 1 x 2 x 1'2 inch wood stakes or new/straight wire stakes with colored flags attached ;`and apply lime lines or.painted lines indicating piping layout on ground for approval by the Engineer prior to trenching. 8-03.3(2) Excavation Section 8-03.3(2) is revised'as follows:: The first paragraph is replaced'with the following: All mainline pipe shall be installed in`trenches sufficiently wide to permit tamping tools for backfilling alongside both sides of the pipe. The pipe shall be laid on stable soil with the trench bottom evenly grad±ed,,Ledge'rock, boulders and large;stones shall be removed to provide no contact with the pipe, Excavations remaining from-the removal of large rocks shall be refilled and compacted with select material. 8-03.3(3)Piping Section 8-03.3(3) is revised as follows: The first paragraph is replaced with the following: Minimum Depth: Provide following minimum cover over top of buried piping: 1. Pressure Piping Minimum depth of 24 inches,(600 mm),up to 30 inches (750mm) below finished grade, or not less than 18 inches (460 mm) below average local frost depth. 2-- Circu{t Piping 12--inehe (300 mm) minimum-up to-t-6-inches (400-mm).---------- 3. 400 mm). --3. Drain Piping: 12 inches (300 mm) minimum. 4. Sleeves:24 inches (600 mm) minimum, 30 inches maximum (750 mm) Tunneling: Install pipe under streets or other obstructions that cannot be disturbed, by tunneling, boring, or jacking, Install piping under sidewalks and paving in sleeves. All pipes shall have a 12-inch minimum separation from sidewalks; curbs, walls, and fences. Parallel pipes shall have 3-inch minimum separation. All PVC pipe installed under areas to be paved shall be placed in irrigation sleeving. Pipe depths shall be as follows: Install pressure 1 mainline piping at a uniform slope of 6 inches per 100 feet (1:200)' minimum, down to dram points.' Drain valves are required on pressure piping at all {ow points ,on the system. Indicate locations by dimension from fixed objects on Record v Documents. install circuittlateral piping to specified cover depths paralleling finish grade. profile. System will be winterized by displacing water with compressed air. Drain valves are not required on circuit lateral piping unless specifically noted on drawings. City of Renton—Logan Ave.N. Page 83 Special Provisions' Stage 2 Lake Washington Trail Project May 2010 Install components having pressure rating equal to or greater than system operating pressure. Install piping free of sags and bends. Locate groups of pipes parallel to each other, spaced to permit valve servicing. Installfittin9 s for changes in direction and branch connections. 9 Install unions, in piping 2 inches (50 mm) and smaller, adjacent to each valve and at final connection to each piece of equipment having 2-inch(50 mm) or smaller threaded pipe connection: Install dielectric fittings to connect piping of dissimilar metals. Lay piping on solid sub-base, free of rocks larger than 2 inches in diameter and/or any sharp edged objects,uniformly sloped without humps or depression$. Install polyvinyl chloride (PVC) Plasticpipe in dry weather when tem erature is above 40 deg. F (4 deg. C). Allow'joints to cure at least 24 hours at temperature above 40'deg. F (4 deg. C) before testing, unless otherwise recommended by manufacturer. ©rain Pockets: Excavate to sizes indicated. Backfill with cleaned'gravel or,crushed stone, graded from 7/8 inch (16 mm) to 1/4 inch (6 mm) minimum, drain material to 12 inches-000--mm) below-grade:Cover-drain-material--with-sheet of-Mirafi-14 IVf+iter fabric or equal and backfill remainder with excavated material`. 8-03.3(3)A Sleeves Section 8-03.3(3)A is new section as follows: Piping sleeve diameter shall be a minimum of two (2) times the diameter of the interior pipe or 6-inches whichever is larger. In areas where length of sleeve exceeds 20-feet use Schedule 40, PVC plastic pipe with ASTM' D 2466, Schedule 40, PVC plastic, socket type fittings, and solvent-cemented joints. Provide separate sleeves for each pipe. Provide one additional 4-inch sleeve for future use at each sleeve location. Mark both ends with buried rebar. City of Renton—Logan Ave.N. Page 84 Special Provisions Stage 2 Lake Washington Trail.Project May 2010 Sleeves shall be extended" a minimum of 12 inches beyond-the edge of curbs, walks, walls and/or other paved surfaces. 'Cap and identify,sleeve ends. Plug ends of sleeves around insert piping with Jibeiglass insulation material to prevent soil from entering ends. The Contractor ,shall ensure that all sleeving is installed prior to paving or other hardscape,is complete, lfi.lt"is determined that all sleeving was not installed prior to paving, the irrigation piping shall be placed in a steel casing and jacked under the pavement. All costs"for"jacking operations shall be the responsibility of the Contractor and no additional compensation shall be allowed. 8-03.3(4)Jointing Section 8-03.3(4) is supplemented with the following: All PVC pipe fittings shall be solvent weld type except where swing joints, risers, etc. require threaded fittings. All threaded fittings shall conform to standards of ASTM D 2466 (Schedule 80). No PVC pipe shall be threaded or connected to a threaded fitting without an adapter. Connect pipe using two-'step solvent weld process. Do not move or handle,pipe for a minimum of 15 minutes while solvent welds are curing. No water shall be permitted in pipe until a period of at least 10 hours has elapsed for solvent weld setting and curing. The joints shall be allowed to cure at least 24 hours before pressure is applied to.the system., Dissimilar Materials Piping;ioints Construct joints usirtg7 adapters-that are--compatible -------- with both piping materials, outside diameters, and system working pressure. 8-03.3(6)Installation Section 8-03.3(5) is replaced with the following: Piping: The` material type for `the pipe and fittings from the water meter or,service connection through the cross connection control device shall be copper type K or brass. Pipe and fittings for the lateral piping and sleeving shall be Class 200 PVC pipe. Pipe and fittings for the Mainline piping shall be Schedule 40 PVC pipe. PVC pipe and fittings at automatic control valves, quick coupler valves, shut-off valves, and drain valves shall be Schedule 40 PVC. Irrigation Heads: Final position of turf and shrub heads shall be between '/2-inch and 1- inch above finished grade measured from the top of the sprinkler. Shrub heads shall be placed on 12-inch pop-up risers. Automatic Controllers: The contractor shall install Automatic irrigation Controllers and enclosures where< shown on the plans. The location for the irrigation controller City of Renton—Logan Ave.N. Page 85 Special Provisions Stage 2 Lake Washington Trail Project May 2010 r enclosures must be staked and approved. prior to installation. Install controllers according to manufacturer's written instructions and as indicated. t m Valve. Boxes: Contractor to provide and install valve boxes for the au o atic control valves, quick coupler valves, manual drain valves, and manual gate valves. Install all valve boxes flush.with finished grade. 1. All valve boxes to be placed in shrub planting beds only. Valve boxes placed in lawn areas'or within paved surfaces shall be relocated by the Contractor at no expense to the owner. 2. Set boxes square to each other and in relation to other elements such as curbs, walks and buildings. Valve boxes shall have a one cubic foot minimum cleaned gravel or crushed stone, graded from 7/8 inch (16 mm) maximum to 114 inch (6 mm). 3. Valve bonnet packings and bolts shall be checked and tightened. 4. Provide sufficient room to service all,equipment.: Wrap Mirafi filter fabric around all openings in control valve boxes prior to backfilling to prevent dirt from entering valve box around pipes, etc. If in the opinion of the Engineer any component cannot be accessed, adjusted or replaced easily it will be the responsibility of the Contractor to replace the valve box with a larger model at no additional cost. Manual Drain Valve: Contractor shall install one manual drain for each irrigation system at the low point of each mainline. A gravel sump comprised of two (2) cubic feet of three-quarter (3/4). inch washed gravel shall be placed at each drain. valve. The Contractor shall install a 2-inch PVC (Class 200) sleeve to the valve, length as required. Quick Coupler Valve: The`Contractor to provide and install one quick coupler valve at each reduced pressure/backflow preventer. Manual Gate Valve: The Contractor to install one manual gate valve between the water meter and reduced pressure/backflow preventer valve assembly. Concrete Thrust Blocking: Concrete thrust blocking shall be installed where shown on the Plans and details. Concrete Thrust Blocking shall conform to section 7-09.3(21) Concrete Thrust Blocking and Section 6-02.3(2) Poured in Place, 8-03.3(6)Electrical Wire Installation Section 8-03:3(6) is replaced with the following: Wiring between the automatic controller and automatic valves shall be direct burial and may share 'a common neutral. Separate control conductors shall be run from the automatic controller to each valve. Control wire shall be red, common wire shall be white. Size of longer wire runs requiring gauges larger than AWG#14 shall be sized according to electric valve manufacturer's recommendation and irrigation controller's recommendation. City or Renton Logan Ave.N. Page 86 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Install one common,ground wire, one control valve wire and three;spare wires in each direction from the autorrratic controller to the furthest autornatl6Control) valve grouping (looped to each valve) on each run. The wires shall be nun and looped around each control valve grouping and continue to the furthest automatic control valve grouping. A wire label shall be placed on each wire at the control valve and at the controller. Splices will be permitted only at junction boxes, valve boxes, or at control equipment.. A minimum 2 feet of excess I conductor is to be left at all splices, terminals, and control valves. All splices shall be encapsulated with an approved sealant. Control wires are to be taped together at 5 foot intervals,with electrical tape, and the bundle is to be attached to the side of the main (supply) line at 10' intervals with plastic ties. Tie a loose'20-inch wire loop at all changes of direction greater than 30 degrees. Untie all loops after all connections have been made. Sleeve all control wire that,does not run with irrigation piping. Include one bare copper locator wire (#14) parallel to each irrigation pipeline that does not otherwise have control wires in trench. When backfilling around the valve box, ensure that spare wires are exposed in valve box: For all 24-volt direct burial circuits, the continuity test, ground test, and functional test shall be performed. The Megger test confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8-20.3(11) is required. All wiring shall be tested in accordance with Section 8-20.3(11). 8-03.3(7) Flushing and Testing Section 8-03.3(7) is revised as follows: PairagraptisF-pertal-nifing--"alrtCne Teslin arict-Latera nl-e Testing are—deleted and -- -' �-- — replaced with the following: Perform hydrostatic test of piping and valves before backfilling trenches. Piping may be tested in sections to expedite work. Repair leaks and defects with new materials and retest system or portion thereof until satisfactory results are#obtained. Pressure/Mainline Pining: Visually inspect and pressure test prior to back-filling; all 24 volt a.c. control wines to be installed prior to testing. Cap and subject the piping to a static pressure of 50 psig (345 kPa) above the operating pressure without exceeding the pressure rating of the piping system materials. Isolate test source and allow to stand for 4 hours. Leaks and lossintest pressure constitute defects that must be repaired. Circuit I Lateral pipincu: Visually inspect and pressure test prior to back-filling pipes. Cap and subject the piping to the static pressure of the existing water service line. Drip leaks in swing jointsrisers are allowed. Leaks in piping or glued joints shall be repaired. Repair leaks and defects with new materials and retest system or portion thereof until satisfactory results are obtained. City of Renton—Logan Ave.N. Page 87 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Operational Test: Perform O.... er tional testing after hydrostatic testing is complete, backfill is in place,and sprinklers are adjusted to final position. 8-03.3(8) Adjusting System Section 8-03.3(8) is supplemented with the following: The Contractor shall remove all valve box covers and operate each zone of the system as directed by the Engineer. The Contractor shall demonstrate that the irrigation system is complete, operational, and free of defects. The Contractor shall adjust the irrigation spray patterns and radii to obtain full coverage and/or adequate in the opinion of the City's. Representative. The system coverage shall be-corrected and re-tested until approved by the City's Representative. 8-03.3(9) Backfill Section 8-03.3(9) is replaced with the following: All backfill material placed within 4-inches of the pipe shall be screened concrete sand free of particles larger than 1/4-inch O.D. Backfilling of mainlines shall be accomplished in 6-inch lifts, compacting each lift to ninety (90%) density at optimum moisture content. Backfill with 4-inches over pipe, compacting alongside and under the pipe with appropriate compactors. Additional lifts shall be 6-inch maximum and compacted before adding the next loose lift. Backfill procedures shall ensure that the trench shall show no future settlement. Contractor shall obtain the approval from the Engineer for the first mainline compacting effort. Section 8-03.3(10) is supplemented with the following: The Contractor shall furnish record drawings of the complete 'irrigation system in accordance with the following conditions: 1. One (1) set of 22"x 34" mylar plans showing the irrigation system as designed and installed. 2. All actual locations of valves, master valves, gate valves, piping and sleeving shall be shown. Dimension from easily identified permanent features such as buildings, curbs, fences, walks or property lines. 3. Show approved manufacturer's name and catalog number for all components on prints. 4. Drawings shall be to scale with all notations neat in appearance. 5. Turn the record drawings over to the Engineer for review and approval prior to final payment. City of Renton—Logan Ave.N. Page 88 Special Provisions Stage 2 Lake Washington Trail Project May 2010 8-03.3(11).3ystem Operation Section 8-03.3(1 1) is revised as follows: Ex The third sentence in paragraph one is replaced with the following: LThe system shall be warranted for all labor and material for the same period as the plant establishment. During the warranty period, the Contractor will check, clean and adjust the sprinkler heads and otherwise ensure adequate operation on the system and in any event, no less than on two separate occasions per year. Repair and/or replace defective irrigation equipment as deterrt►lned by the Engineer for the duration of the warranty period. Repairs and/or replacements shall be made in the same manner as specified for the original irrigation system and shall be done at no additional cost. Section 8-03.3(11`) is supplemented with the following: The Contractor shall.submit a letter to the Engineer certifying that the system was winterized and drained and indicate the datesuch action was accomplished. The Contractor will be liable for any damage resulting from failure to comply. Upon acceptance of the system by the Engineer, the Contractor shall provide the necessary keys and/or other tools necessary to operate/drain/activate the system. The Contractor shall spend sufficient time with the Engineer and;provide'written instructions L to ensure that the system operation/maintenance/winterizing can continue Lafter the departure of the Contractor. The Contractor shall cooperate with the Engineer in providing the Engineer with a written `watering schedule' to ensure adequate watering of allPlant materials during the warranty period of this contract. -- Eli, Provide the Engineer with two sets of wrenches for removal/adjustment of each type of sprinkler head. Submit catalog cuts of all products used showing manufacturer and any technical or maintenance data as appropriate to the Engineer. 8-03.3(14) Irrigation Electrical Service Section 8-03.3(14) is replaced with the following: The Contractor shall coordinate with the servicing utility and install all electrical service connections required for the operation of the automatic electrical controllers at the locations shown in the Plans. The contractor shall splice and run conduit and wire from the electrical service connection(s), or service cabinet, which ever may apply, to the automatic electrical controller(s) and connection'the conductors to the circuits(s) as shown in the Plans. City of Renton—Logan Ave.N. Page 89 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The installation of conduit and wire for the electrical power service shall be in accordance with the serving utility'sService Agreement and these specifications. A copy of the Service Agreement may be obtained from the Engineer. 8-03.3(15) Landscape and Irrigation Maintenance Bond Section 8-03:3(15) is an added new section: The contractor will be required to fumish a landscape and Irrigation Maintenance Bond upon completion of landscape and irrigation work that will be for:2 years and be set at 15%of the construction costs for PSIPE plantings and Irrigation system complete. 8-03.5 Payment Section 8-03.5 the first paragraph is revised as follows: "Irrigation System", lump sum. All costs for furnishing and installing irrigation system equipment and components where indicated and as detailed in the Plans, all costs of initial and annual inspections and tests performed on cross connection control devices and electrical wire testing during the life of the Contract and As Built Plans shall be Included in the lump sum price for the complete irrigation system as shown in the Plans or as otherwise approved by the Engineer. The unit contract price for"irrigation system repair and restoration"shall include all labor, materials, and equipment required to cut and cap all irrigation lines found: Section 8-03.5 is revised as follows: Payment shall be increased to 100-percent of the unit Contract price for irrigation system upon completion acid acceptance of the second-year plant establishment. 8-04 CURBS, GUTTERS, AND SPILLWAYS 804.30)Cement Concrete Curbs,Gutters, and Spillways Section 8-04,3(1) is amended with the following: Where noted in the plans, class 4000 cement concrete shall be used, and shall be considered incidental to the unit price bid for cement concrete traffic curb and gutter. 820 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: City of Renton-Logan Ave.N. Page 90 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1' Light.standards with or without pre-approved pians. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20:2(1) is deleted. 8-20..3(1) General Section 8-20.3(1)has been supplemented by adding the following: Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. A portion of the existing electrical equipment to be removed shall remain the property of the Contracting Agency. The following shall be disconnected, dismantled, and delivered to the Contracting Agency as specified in the subsection Delivery of Removed Items: 1. Luminaire arm's and luminaires y Remove all,wires from salvaged light and signal standards. All removals associated with an electrical system which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the proJect. The Contractor shall: Remove all wires for discontinued circuits from the conduit system. Remove elbow sections of abandoned conduit entering junction boxes. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations to a,minimum of 24 inches below finished;grade. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. City of Renton—Logan Ave.N. Page 91 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Delivery of Removed Items Removed electrical equipment which remains the property of the Contracting Agency shall be delivered to the City of Renton Transportation Maintenance and Operations Section. Five days written advance notice shall be delivered to both the Engineer and the Electronic Parts Specialist at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:30 p.m. Monday thru Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) has been supplemented by adding the following: 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 City of Renton Standard Details, unless _modified_by__the _Right-ofVay Use Permit._Surfacingde to hs _shown_m ,the _____ _ Standard Details 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 indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033). 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. All trenching shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications within the top four feet (4'). If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6') of any City of Renton-Logan Ave.N. Page 92 Special Provisions Stage 2 Lake Washington Trail Project May 2010 trench, backfill compaction shall be performed in 8 to 12-inch lifts. Y P An trench deeper than six feet,(6') may be compacted in 24 inch lifts, up to the top six foot(6') zone. All compaction shall be' performed b mechanical method . T P y s he compaction tests shall be performed in four foot (4') vertical increments maximum. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and;indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H0333) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02:1(4) of the Standard Specifications. Tack coat shall be applied to the existing pavement at edge of sawcuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 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 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-flew-for--the-newly-paired-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. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of >Renton Standard Plans#HR-05, HR-23} and HR-22 (SP Pages#H032, H032A, and H0333). Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density 4; as determined by WSDOT Test Method 705.- The number of tests required shall be determined by the Engineer. Testing s'hall be performed by an independent testing lab with the results,being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the City of Renton =Logan Ave.N. Page 93 Special Provisions Stage 2 Lake Washington Trail Project May 2010 trench restoration. It is intended to show the inspector, and the City,`that the restoration e s pe meets these specifications. All joints shall be sealed using paving asphalt AR-4000W. 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 adjustedifdelays 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. Trenches Running Parallel With the Street: 1. Arterial Streets and Streets Within the Downtown Area: The entire roadway,width for the length of the trench and an additional ten (10) feet at each end of the trench will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B-asphalt will be applied per City standards. 2. Non-Arterial Streets Within Commercially or Industrially Zoned Areas: The entire _-- - ----half of the raafor-the-length-of-the_trench-and-_an_addit onaLAen- lO)-- - feet at each end of the trench'will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City standards. If the trench is in the center of the roadway, or within three feet of the center of the roadway,the entire roadway width must be ground down and tepayed. 3. Non-Arterial Streets Within Residentially Zoned Areas: The.entire :half ,of the roadway width for the length of the trench and an additional ten (10)feet at each end of the trench will be ground down to a depth of 1-1/2 inches. A 1,-1/2 inch overlay of Class B asphalt will be applied per City standards. If the-trench is in the center of the roadway, orwithinthree feet of the center of the roadway, the entire roadway width must be ground down and repaved. Longitudinal Trenches and Crossings: 1. Arterial Streets and Streets Within,the Downtown Area: An,area including the trench and ten (10) feet on each side of the trench for the, entire width of the street will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City standards. 2. Non-Arterial Streets Within Comm9rcially or lndustrially Zoned Areas: An area including ten (10) feet on each side of the'trench for the entire wldth of the street will be ground down to a depth of 1-1/2 inches.-A 1-1/2 inch overlay of Class 13 asphalt will be applied per City standards. City of Renton-Logan Ave.N. Page 94 Special Provisions Stage 2 Lake Washington Trait Project May 2010 3. Non-Amer! tr et Within Residentially Zoned Area : An area including the trench and five'(5)feet`on each side of the trenchfor the entire width of the street aslphatt wifl be pl be ground down to a depth of 1-1/2 piied per City standards. A 1-#l2� inch'evertay of Class Pavement Removal in Lieu of Grinding; The contractor in all cases can remove theavement in p he replacement area instead of grinding out the specified 1-i/2 inches of asphalt. Full;pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. The contractor shall supply trench within the unit widths and to the specified depths at Llthe locations indicated on the contract plans or as directed by the engineer. The contractor shall have approved compaction equipment on site before beginning any Lexcavation; 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. 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. Trench within the roadway area shall use select trench backfill which shall consist of 5/8th inch minus crushed surfacing top course or other material as indicated in the -_-_ - ---special pravLiiona:.-or_schedu of nrices-an"rected foi_-use_b y `thy eer—she-- --__ 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 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. The minimum width for the trench will be at the option of the contractor. Trench width will, however, be of sufficient"size so that all of the necessary conduit can be installed within the depths specified while maintaining the minimum cover. 8-20.3(4) Foundations Section 8-20.3(4) has been revised and supplemented as follows: Paragraph 11 is deleted. Paragraph 13 is deleted. k City of Renton—Logan Ave.N. Page 95 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The section is supplemented as follows: The anchor bolts shall match that of the device to be installed thereon. Where obstructions prevent construction'of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The contractor shallp rovide all material for and construct the foundations for and to the dimensions specified in the plans. The anchor bolts shall match that of the device to be installed thereon. All excess materials are to be removed from the foundation construction- site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-.out around any other underground utilities that lie in the excavated base to that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall be Class 3000 concrete or Class 5000 concrete where noted in the plans. After the specified curing period, the contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below; ----- 1-.--Where no-s�d�walks-are-talx—Ins-called—tW-grade-f-oTth-e-top "e dation -_ - shall be as specified by the engineer. (See detail sheet) 2.` Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail,sheet) All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. 8-20.3(4)A Foundation Potholing Section 8-20.3(4)A is added as follows: The Contractor shall field verify the absence of existing utilities at the locations indicated on the plans, or as directed by the Engineer prior to approval of the Signal submittals. 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: City of Renton Logan Ave.N. Page 96 Special Provisions Stage 2 Lake Washington'frail Project May 2010 The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the plans. t; 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. 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 e: 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: a Schedule 40 heavy wall,'p.v.c.:Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. - All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8-20.3(6) Junction Boxes Section 8-20.3(6) is supplementedby adding the following: The contractor shall provide and install junction boxes, pull boxes,and cable vaults of the type and size at the locations specified in the plans and as per Plans J11 and J11a of the WSDOT Standard Plans. All junction boxes 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, The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction City of Renton Logan Ave.N. Page 97 Special Provisions Stage 2,hake Washington Trail Project May 2010 box as per the p p plans, specifications and detail sheets. Concrete shall be promptly . cleaned from the junction box frame and lid; All junction boxes shall have galvanized steel lids and frames. The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be as indicated below: Street lighting only:"Lighting" Signal only:"Signals" Traffic signal and street lighting: "TS-LT" Intelligent Transportation Systems (Interconnect) only: "ITS" Inscriptions on junction boxes performing the same function shall be consistent throughout the project. All junction boxes shall be installed in conformance Iwith provisions contained in the Standard Plans and Details. 8-20.3($) Wiring Section 8-20.3(8) is revised and supplemented with the following: All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal•block shah have an open end soldered terminal connector. All terminals shall be installed:'with a tool designed fol the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any:traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure -- _type-binding posts.— ---- -- ---= --- — = --- ------ 8-20.3(9) ,Bonding, Grounding Section 8-20.3(9) is revised and supplemented as follows: The fifth paragraph is deleted. The sixth paragraph is deleted. The following is added All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 518"'in diameter`x 8'Q"in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans,specifications and applicable codes. City of Renton Logan Ave.N. Page 98 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Ground rods"care,considered miscellaneous items and all costs are to be included with the systerh.or Ionductors, Ground straps are also miscellaneous items unless a separate pay item is provided;in the"Schedule of prices." 8-20.3(10) Services Transformer,intelligent Transportation System Cabinet Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted. The following is added: The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. 3 Section 8-20.3{13)A is replaced with: 8-20.3(13)A Light Stantlards Light standards shall be handled when loading, unloading, and erecting in such a manner that they will =not be damaged. Any parts that are damaged due to the Contractor's operations shall be repaired or replaced at the Contractor's expense, to the satisfaction of the Engineer. Light standards shall not be erected on concrete foundations until foundations have set at least 72hours or attained'a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load has been placed, or as otherwise directed by the -Engineer: --- __— -- - -- --_--- _ -- ---- - --. Light Standards shall be erected in accordance with section 8-20.3(4). Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be .tightened by .the Turn-Of-Nut Tightening Method in accordance with Sections 6-03.3(38) and 8-20.3(4). Anchor bolts damaged after the foundation concrete is placed shall not be repaired b bending or welding. The Contractor's repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. The grout pad shall not extend above the elevation of the bottom of the base. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length'plus 2 feet and shall plumb or rake the poles as directed by the Engineer. j City of Renton—Logan Ave.N. Page 99 Special Provisions Stage 2 Lake Washington Trail Project May 2010 The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall-be providedIn the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i.for basic wind pressure. Davit Arms; The davit style arm shall incorporate a 57 radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2'' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: A one piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts. Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9-06.5(3) and 9- 06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point. The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware(bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless'steel. I.D. (Identification for poles): The contractor shall supply and install a combination of 4-digits and one letter on each pole,whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: City of Renton'-Logan Ave.N. Page 100 Special Provisions Stage`2 Lake Washington Trail Project May 2010 a. 3 inch="oor th gothic gold or white reflectorized 2 inch legend on a black backgr b. 3 inch square with black 2 inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. The pale shaft shall be provided with a 4 x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened dn'anchor bolts using proper sized sockets open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack' mortar grout and trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half''inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.4 Measurement Y Section 8-20.4 is replaced by the following: When shown as lump sum in the Plans or in the proposal as 'illumination system complete no specific unit of measurement will apply, but measurement will be for the sum total of all items to be removed, including but not limited to poles, junction boxes, and for the sum total of all items for a complete new illumination system to be furnished and installed. 8-20.5 Payment Section 8-20.5 is replaced by the following: Payment will be made in accordance with Section 1-04.1 for the following bid item included in the schedule of prices: Illumination.`System Complete",dump sum. The lump sum contract price for "Illumination System Complete'; shall be full payment for the complete new illumination system. Removal of the existing illumination system as shown in the Plans and herein specified, includes concrete foundations, poles, junction boxes, conduit, and wiring. All additional materials and labor not shown in the City of Renton—Logan Ave.N. Page 101 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Plans or called for herein and which are required to complete the removal, shall be included in the lump sum contract.price. Construction of the complete illumination system, as described above and shown in the'Plansand herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing material, and for making all required tests. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the illumination system, shall be included in the lump sum contract price. "Illumination System Complete", per Lump Sum. The contract bid' price for Illumination System Complete includes the removal and delivery of existing light poles, and all incidental work and shall be full compensation for all,,labor, material, tools and equipment necessary to'satisfactorily complete,the work as defined in the plans and these specifications. Concrete foundations of various depths for illumination poles as shown in the plans are considered incidental to Illumination System Complete. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and at least 10 feet long, generally installed parallel to another crosswalk'stripe with 8 inches between'stripes and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes or at five foot intervals. See City of Renton Standard Detail H008. Stop Line (Replacement) A SOLID WHITE tine 18 inches wide as noted on the Contract plans. - —8.22-FrAVEMENTNUARKING-- ----- -- --_- _-- – ----- _�_-__ 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and at least 10 feet long, generally installed parallel to another crosswalk stripe with 8 inches between stripes and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes or at five foot intervals. See City of Renton Standard Detail H008. Stop (Replacement) Line Re lacement) A SOLID WHITE line 18 inches wide as noted on the Contract plans.' 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. City of Renton-Logan Ave.N. Page 102 Special Provisions Stage 2 Lake Washington Trail Project May 2010 8-22.5 Payment Section 8-22.5 i$supplemented as follows: Payment will be made in accordance with Section 1-04.1 for the following bid items included in the schedule of prices' "RemovingRaised Pavement!Marker"per one-hundred. The contract price for all removal bid items in the schedule of prices shall be full compensation for furnishing all labor,tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. 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 Markins then all costs associated with these items are considered incidental to other items in to contract or included under "Traffic Control," if thatitemis included as a bid item. 8-30 INCORPORATE ARTWORK 8-30 Incorporate'Artwork Section 9-14.8 is a new section: -3O."e;s+cr_ipti --- This work consists of coordinating with the City of Renton to incorporate artwork with'-in the proposed trail: 8-30.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item included in the proposal:' "Incorporate artwork", per Force Account SECTION 8-50 - CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Section 8-23.5 added new section CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 City of Renton-Logan Ave.N. Page 103 Special Provisions Stage 2 Lake Washington Trail Project May 2010 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to,work, in the public right-of-way will adhere to the procedures set forth inthis policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION, 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SEC71ON 4 APPLICATION I. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way: 2. Modifications or exemptions to these standards may be authorized by the P4anning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee,-their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. __-- ___-= -------2•---_-'fherenchridth�nras--incrsasedignifacanttyorhe exist is --undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS Materials and workmanship are required to be in conformance with standards for the Standard Specifications for load, Bridge, and Municipal Construction prepared byy the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall Comply with the most current edition. An asphalt paver shah{ be used In accordance with Section 5-04.3(3) of Standard Specifications. A "Layton Box" or equal may be,used In place of the power-propelled paver. Rollers sh>a fl be used in accordanice with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and "JuMDing Jacks"SHALL NOT be used In lieu of rollers. 1. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by.the ,City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. City of Renton-Logan Ave.N. Page 104 Special Provisions Stage 2 Lake Washington Trail Project May 2010 SECTIQN 7 REQUIREMENT FOR PATCHING, OVERLAY, 'OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot (1 ) outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (f) beyond the actual outside edges of the trench and shalt be replaced with two inches (2") of Class S asphalt, per City of Renton Standards. At the discretion of the Engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway,cross-section. Changes in " field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Crossings): a The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5'). See City of Renton Standard Plan Drawing SP Page H032-1_. b Any affected lane will be ground down two inches (2") and paved for the entire width of the lane. L c Patch shall be a minimum of one foot (1')beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet (3') of any adjacent `°' lane liner the entire adjacent traveled lane affecteedd will be repaved e An area including the trench and one foot (1') on each side of the trench but not less than six and one half feet (6.5') total for the entire Lwidth of the affected traveled laneswill be ground down to a depth of two inches (21. A two-inch (2").overlay of Class B asphalt will be applied pet City standards. 2. Trenches Running Parallel With the Street: a--.^The minimum width of a I0—n9itudinal-pa ch-shall_be o—ur-and-me-half---._-- -- feet (4.5'). See City of Renton Standard. Plan`Drawing SP Page H032 Lo b If the trenching is within a single traveled lane, an entire lane-width overlay will be required: c If tate outside.of the trenching is within three feet (3') of any adjacent Llane litre, the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than, or equal to 30% of lane per block (660 foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay L shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch(2") overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1) beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved"not -less than six and one half feet (6.5') wide for the entire width of the lane. <Potholes greater than five feet (5) in lenth, width or gg diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per.City of Renton Standard Plan SP Page H032. City of Renton_Logan Ave.N. Page 105 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in thereplacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans SP mages H032, 1-1032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcuf or grinding. Sawcuts shall be a minimum of two feet (2) outside the excavated trench width. 3. All trenching within the top four feet (4) shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet (4) in depth may use materials a ,roved by the Engineer or Materials Lab for backfill►rfg below the four-foot E4depth. if the existing material (or other material.) is determined:by the ngineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall.be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard S0 14' -f. ns- lfl.f ,4@m fa`) of�Lly+rEllch}hw Will._cC}Mrm% tion shall —_ _ be performed in eight to 12-Inch(8-12") lifts. Any trench deeper than six feet (6) may be compacted in 24-inch lifts, up to the top six-foot (6) zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximumfour-foot (4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and`Location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the`trench, bladed out and rolled. After rolling, the trench must be filled flush with,asphalt to provide a smooth riding surface. if the temporary restoration does'not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the,City. This requirement applies 24 hours per day, seven days'a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's;post in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the.compacted depth as required and indicated on City of Renton Standard Plans SP Pages H032, H632-1, and H033) or as directed by the Engineer. The grade of City of Renton-Logan Ave.N. Page 106 Special Provisions Stage 2 Lake Washington Trail Project May 2010 asphalt shall be AR-4000W. The materials shall be made in conformance with Section O�02.1(4) of the Standard Specifkgtiona. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-0 .1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5- 04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall .be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. 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. t Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4") for storm water flow. The Engineer may require additional grinding to.increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class 8 mix as appropriate. Surface smoothness shall be per Section 544.3(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 streetsbeing trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans SP Pages H032, H032-1, and H033). Compaction of all'lifts of asphalt shall be a minimum ninety-two percent _(92%):of densityasdetermined b_ WSDOT Test Method 705;_The number._______ _ - __ - --- of tests required shall-15- determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to ..the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. 8. All joints shalt be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen 1151 working days after first Denina 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 appproval, The Engineer may deem it necessary ;to complete the work within the fifteen (15) working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE .MARKINGS FROM SIDEWALKS'REQUIRED City of Renton—Logan Ave.N. Page 107 Special Provisions L Stage 2 Lake Washington Trail Project May 2010 The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area.The permittee shall remove the utility locate marks within 14 days of job completion. 9-03 AGGREGATES 9-03.8(2) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 2.5 million. 9-03.8(7) HMA Tolerances and Adjustments- Item 1 is deleted and replaced with: 1. - Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatis#lcal Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/47, '/2", and 3/8"sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6°!° U.S. No. 30 sieve ±4% ±6%° U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.00/a ±3.0%° Asphalt Binder ±0.5 ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VFA Min. and max. as listed in 9-03.8(2) Va 2,5% minimum and 5.50%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-03.21(1) General Requirements Section 9-03.21(1) is supplemented with the following:` The Owner encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in City of Renton-Logan Ave.N. Page 108 Special Provisions Stage 2 Lake Washington Trail Project May 2010 the contract specifications. Should recycled materials be utilized, the Owner requires that a Recycled Product Reporting Form be completed by the Contractor. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1)A TOPSOIL TYPE A Section 9-14.1(1)A is supplemented with the following:'; Topsoil Type A shall be an imported topsoil mix consisting of weed4ree compost(40%) and Loamy 8and(60%)screened through a 3/8"screen. Compost shall be well-composted, stable, and weed-free organic matter, pH range of 5.5 soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert w contaminants and free of substances toxic to plantings;,and as follows: 1. Organic Matter Content. 50%to 60%of dry weight. Feedstock: Agricultural,food, or industrial residuals; biosolids; yard trimmings;or source-separated or compostable mixed solid waste. 9-14.5(2) QUALITY Section 9-14.5(2) is supplemented with the following: All street trees included in this project shall conform to the "Street Tree Grade" quality and condition requirements stated within this section 9-14.5(2). _ 9-1468 ROOT BARRIER Section 9-14.8 new section: The root barrier shall be a 24-inch depth x 24-inch long solid plastic interlocking panel system meeting the following criteria: 1. Material: 0.080"min. wall thickness, nominal, Reminal, injection molded 50% postconsumer recycled`polypropylene panels with UV inhibitors. 2. 7/16" wide integral molded 0.080" thickness double top edge with stiffening ribs; bottom edge attached to vertical root deflecting ribs. 3. Integral molded vertical root directing ribs spaced at 6"O.G. 4. Integrated zipper joining system for panel connection to adjacent panel. 4 Section 9-14.8 edited by crossing out repeated word"nominal"per Addendum#1 City of Renton—Logan Ave.N. Page 109 Special Provisions Stage 2 Lake Washington Trail Project May 2010 9-15 IRRIGATION SYSTEM 9-15.1 PIPE,TUBING AND FITTINGS Section 9-15.1is revised as follows: The second paragraph is replaced with the following: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 89, and shall be a minimum of Type K rating. 9-15.1(2) POLYVINYL CHLORIDE PIPE AND FITTINGS Section 9-15.1(2) is revised as follows: The first sentence is replaced with the following; Ciass 200 PVC pipe shall conform to ASTM D 2241 Specifications.; Schedule 40 PVC pipe shall conform to ASTM D 1785 Specifications, and fittings con1bnWng to Schedule 80 PVC ASTM D 2466 Specifications. Schedule 40 PVC shall have a minimum pressure rating of 164 psig ('1100kPa) for 8-inch and smaller sizes, with plain ends. Section 9-15.1(2) is revised as follows: The third and fourth paragraphs are replaced with the following: Pipe shall be marked with the manufacturer's name, class of pipe and NSF seal. Pipe walls shall be uniform and shiny Pipe and fittings must be non-toxic, free from taste and odor and self extinguishing and confom�to the following minimums: 1. Tensile strength 79 degrees 6000 psi 2. Izod impact strength (notices) 1.5 ft.ib./in. 3. Modulus of elasticity 300,000 psi 4. Compressive strength 8,500 psi 5. Flexural strength 10,500 psi Solvent Cement: ASTM F 656 primer and ASTM D 2564 solvent cement in color other than orange: ask s # r PlastLq Flan ed Joints: Materials recommended by plastic pipe and fittings manufacturer. City of Renton-Logan Ave.N. Page 110 Special Provisions Stage 2 Lake Washington Trail Project May 2010 9-15:3 AUTOAIIATIC QONTROLLERSS Section 9-15.3 is replaced with the following: The electric controllers shall be Toro Sentiflel-Custom Command Series. Low-voltage centrally operated satellite controller system, made for control of irrigation system automatic control valves. Controller operates on 120 volts ac. power system, provides 24 volts a.c. power to control valves, and includes stations for,at least the number of control valves indicated: SeRtiRel Gei4fal and Satellite . T-FeubleS1219811A@ Wt available The Automatic Controller Enclosure shall be installed on a concrete base as detailed in the plans and shall include a minimum of three 1-inch conduits through the base and extending at least 3-inches beyond the edge or side of the base. The controller enclosure shall be a stainless steel, NEMA TYPE 3R double-deer (trent and , meteFednclosur 9-15.4 IRRIGATION HEADS Section 9-15.4 is replaced with the following: Description: Manufacturer's standard sprinklers designed to provide uniform coverage over entire area of spray shown on plans at available water pressure, as follows: Bodies Rain Bird 1800 Series. Rain Bird rotors—Series Models 3500, 5000, 7005. High impact Plastic except where other material is specified. r Stainless steel riser option for high-vandalism prone turf areas. Easy arc adjustment of 40-360 degrees through top of sprinkler for part circle models. Water lubricated gear drive mechanism. Heavy Duty Stainless steel retraction springs. 5 Section 9-15.3 Revised on pages 110-111 per Addendum#4. City of Renton—Logan Ave.N. Page 111 Special Provisions Stage 2 Lake Washington Trail Project May 2010 i Stainless steel trip gears. Standard black rubber cover or optional purple rubber cover for non-potable applications. check valve to eliminate puddling due to low-head drainage. Pressure activated wiper seal. Female flow tube threads. Nozzles interchangeable from front without special tools. Radius adjustment of up to 25%without changing nozzle. No zle Contain three ports for optimum short, mid and long-range coverage. Minimum operating pressure 30 psi. "Multiple color-coded nozzle sizes available for design flexibility 9-15.7(2)AUTOMATIC CONTROL VALVES Section 9-15.7(2) is replaced with the following: Description: Manufacturer's standard control valvesfor circuits, -of type and size indicated, and as follows; Automatic Control Valves: PEB or PEB-PRS-D, size per valve schedule for 24 volt systems. Include proprietary pressure regulating device if noted on the plan. Master Valve shall be GB series brass valve, requirements below are applicable to station valves only. 1. Glass filled, nylon, reinforced diaphragm type, normally closed, with manual flow adjustment,and operated by 24 volt AC solenoid. 2. �llaximum cold water working pressure 150 psi. 3. Dual ported diaphragm to allow equal pressure on both sides of diaphragm wall regardless of line pressure. 4. Diaphragm constructed of nylon reinforced rubber. 5. Non-corrosive exhaust orifice with an opening larger than the diaphragm ports so that any pieces of sand or silt passing through the diaphragm will not'be trapped beneath.the solenoid actuator. 6. One-piece solenoid design with captured plunger and spring for easy servicing. 7. Valve body and cover shall be glass-filled plastic. Cover retention mechanism shall be W'stainless steel studs. 8. Manual internal and external bleed mechanism. 9-15.5 VALVE BOXES AND PROTECTIVE SLEEVES Section 9-15.5 is replaced with the following: The Contractor shall provide and install valve boxes for the following irrigation components using the type, Size and color noted, including all;necessarybox extensions and drain rock. If;no size is listed the contractor shall determine the correct size based on the components and access needs for maintenance." If in the opinion of the Engineer City of Renton-Logan Ave.N. Page 112 Special Pmvisions Stage 2 Lake Washington Trail Project May 2010 any component cannot be accessed, adjusted or replaced easily it will be the responsibility pf the Contractor to replace the valve box with a larger model at no additional cost. Assembly.04— -wk Valve , GeyeF (2) Automatic Control Valves: Carson Jumbo 12-inch 1220 w/ Bolt Down Lid (Green),extensions as needed. (or Approved Equal) (3) Quick CouDlerKValves: Carson Round 10-inch 910-4 w/ Bolt Down Lid (Green), extensions as needed. (or Approved Equal). (4) Manual Drain Valves: Weathermatic 906L with Locking Cover. (or Approved Equal). Provide two operating keys and two cover keys. (5) Manual. Gate Valves (shut-off): Carson Round 10-inch 910-4 wl Bolt Down Lid (Green), extensions as needed (or Approved Equal). Include Valve Key, 36 inches (915 mm) long with tee handle and key end to fit valve. 9-15:8 QUICK COUPLtNG, ,EOUIPMENT Section 9-15.8 is replaced with the following: Quick-Coupling Valves:`Rain Bird 44LRC (1") with matching key and swivel hose ell. Factory-fabricated, 2-piece,,assembly. Include coupler water-seal valve; removable upper body with spring-loadedor weighted, rubber-covered cap. Install on triple swing joint assembly with Anti-rotation device as indicated in Details on Plans. Provide quick coupling key with 1" resilient seated ball valve and 1 hose swivel with ASME 61.20.7 3/4 11.5NH threads for garden hose on outlet and required threaded brass nipples. Include vandal-resistant, locking feature with 2 matching keys. Winterization Blowout Connection Quick CouplingValve Factory fabricated, 2-piece assembly. Include coupler water seal valve, removable upper body with spring loaded or weighted, rubber cap. Install in Reduced Pressure Backflow Preventer Enclosure. Provide quick coupling key of equal size. 9-15.9 DRAIN VALVES Section 9-15.9 is replaced with the following: Drain valves shall be Buckner AV075, 3/4" or approved equal. The Contractor shall provide the Engineer with an operating key. Provide two cubic feet gravel sump at each valve.`Automatic drain valves will not be accepted. 6 Section 9-15;5 edited per Addendum #4: Strikethrough item (1)in this section. x. City of Renton—Logan Ave.N. Page 113 Special Provisions Stage 2 Lake Washington Trail Project May 2010 915.11 CROSS CONNECTION CONTROL DEVICE' Section 9-15.11 is replaced with the following: iKigatiGA system A. The Double Gheek Valve Assembly shaN be FebOG' SW'(GF . The Contractor shall install the size indicated on the plans or details. The Contractor shall verify the model selected is.approved for use by the Washington StateDepartment of Health, Olympia,Washington, The Contractor is responsible for the initial and annual backflow preventer certification during the system warranty period. 9-15.17 ELECTRICAL WIRE AND SPLICES Section 9-15.17 is revised as follows The second paragraph is replaced with the following: The underground wire splices shall be 3M DBY or DBR wire splice kits. 9-15.20 SWING JOINT ASSEMBLIES Section 9-15.20 new section: Description: Manufacturer's swing joint assemblies designed to connect lateral lines and sprinkler or rotor heads. 1, Spray Head Swing Joints shall be Hunter SJ-512 factory assembled three-way swing joint assembly, or approved alternate. 2. Rotor Swing Joints shall be Rain Bird TSJ-12 pre-manufactured swing joint. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash 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 1Conduit, lnnerduct,and Outerduct 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 RV.0 conforming to ASTM Standards, to be used: in all installations under roadways. Section 9-15.11 replaced per Addendum#4. City of Renton--Logan Ave.N. Page 114 Special Provisions Stage 2 Lake Washington Trail Project May 2010 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. 9-29.2 Junction,,Boxes, Cable Vaults and Pull Boxes Section 9-29,2 is supplemented with: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. Junction boxes for copper wire shall incorporate a locking lid per City of Renton Standard Plan. 9-29.3 Conductors, Cable Section 9-29.3 is revised and supplemented as follows: Supplement: 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 shallprcwide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise'herein, shall comply with applicable sections of the National Electrical Code. When included in the contract, the shielded communications/signal interconnect cable shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg: 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 4. Shielding:A corrosion/oxidation resistant tinted ethylene copolymer coated (both 5. sides). 008" thick`corrugated aluminum tape shield is applied longitudinally with shielding coverage: A '.005 corrugated tape applied in the same manner is acceptable. 6. Outer jacket: A black, low density high molecular, weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. 7. Footage markings: footage markings must be printed sequentially a minimum of 2'along the outer jacket. 8. Filling: the` entire cable within the outer jacket is flooded with petroleum- polyethylene gel filling compound including the area between the outer jacket and the shield. 9-29.6 Light g t and Signal Standards Section 9-29.6 is supplemented with: Light standards shall be finished with a texture black color. The anchor boltpattern shall match the pattern of the device to be installed therein. City of Renton—Logan Ave.N. Page 115 Special Provisions Stage 2 Lake Washington Trail Project May 2010 9-29.6(1) Steel Light and Signal Standards Section 9-29:6(1)is supplemented with: g g galvanized,and then Steel light standards and signal standards and mast arms, shall be painted jet black in color. Textured color finish shall be Standard Lumec Color BKTX, or approved equal Application of polyester powder coat paint shall' be 4 mils1100 microns. The chemical composition shall provide highly durable UV and salt spray resistant finish in accordance to the ASTM-B117-73 standard and be humidity proof in accordance to the ASTM-D2247-68 standard. 9-29.6(5) Foundation Hardware Section 9-29.6(5) is supplemented with: The anchor bolt pattern shall match the pattern of the device to be installed therein. 9-29.6(6) Banner Arms Section 9-29.6(6) is a new section: Banner Arms shall be Spring Banner Mapco BA 27600 Arms or equal as approved by the Engineer. The top banner arm shall be mounted on the street sidelights only, 22 feet above the surface of the street and sized for banners 30 inches wide and 96 inches tall. The bottom banner arm shall be mounted accordingly. Installation'shall be per manufacturers recommendations. Banner arms shall be painted jet black in color to match the steel light standards. 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. 9-29.10 Luminaires Section 9-29.10 is supplemented by adding the following: The filter shall be charcoal with elastomer gasket. Luminaires shall be LUMEC DMS50-SG-LD-MM and LUMEC DAS55-S63 or equal. The luminaire nearestthe service cabinet shall have`a photocell on top for controlling the contactor for the illumination circuits in the service cabinet. Luminaire housings shall be painted jet black in color to match the steel light standards. Housings shall withstand a 1,000-hour salt spray test as specified in ASTM B 117. City of Renton-Logan Ave.N. Page 116 Special Provisions Stage 2 Lake Washington Trail Project May 2010 Luminaires for street lighting shall use 400 watt HPS lamps operating on 240 Volts with built-in auto-regulator Ballast. Luminaires for trail lighting shall use 40 watt LED lamps operating on,240 Volts with built-in auto-regulator ballast. Light distribution shall be IES Type !ll cut-off tj distribution. The manufacturer's name or symbol shall be clearly marked on each luminaire. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: The photoelectric control for the illumination circuit(s) shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays.The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn-on values in the temperature range of-55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the project luminaire closest to the electrical service cabinet. The photo cell shall be capable of switching"ON" 1,000 watts of incandescent load as a minimum. 9-29.13(4) Wiring Diagrams Section 9-29.13(4) is modified and supplemented by retaining the first three sentences and replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. There shall be four (4) complete sets of controller cabinet schematics as well as manuals for all assemblies and sub-assemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and loop assignments. There shall be a digital compact disk (CD) containing the controller cabinet schematics in AutoCAD digital file format. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The street lighting service cabinet shall be as shown in the City of Renton Standard Details J010 and J017. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type tock. 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 fallowing: 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). City of Renton—Logan Ave.N. Page 117 Special Provisions Stage 2 Lake Washington Trail Project May 2010 9.29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following:,, The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit'breakers 3. Utility plug(120 volt-20 Amp rated) G.F.I.Type 4. Eight control test switch (120 volt-15 Amp) 5. Contactor relay for each circuit 6. double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker(for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker(signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary Amplifier, Transformer, and Terminal Cabinets9-29.25 p , Section 9-29.25 is supplemented as follows: The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blacks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Pians. Each connector shall be a_screw type with No 10 post capable of accepting no less than 3#12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F,with nominal dimensions of 22" high'x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. City of Renton Logan Ave.N. Page 118 Special Provisions Stage 2 Lake Washington Trail Project May 2010 STDPLANS.GR9 PLANS STANDARD PLANS STANDARD PLANS April 13, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective April 6, 2009 is made a part of this contract. k The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation ACP shall be revised to read "HMA B-10.20 and$10.40 Substitute "step" in lieu of"handhold" on plan C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2 long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C-2r DELETED C-2s DELETED C-2t DELETED, C73,C-313. C-3C Note 1 is revised as follows: replace reference F-2b with F-10.42 Y C-4a L14 DELETED City of Renton-Logan Ave.N. Page 119 Special Provisions Stage 2 Lake Washington Trail Project May 2010 C-5 In the A CONNECTION, `Type 3 transition pay limit" is revised to "transition pay limit". C-10(sheet 2,of 2) COVER PLATE DETAIL,dimension of the 1"dia. holes, changes from 8"to 3" C=11 c DELETED F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. -9a DELETED J-6f DELETED DELETED J-6h DELETED J-:1 DELETED J-11 c DELETED J-1 5a DELETED J=15b_ DELETED K-80.30-00 City of Renton-Logan Ave.N. Page 120 Special Provisions Stage 2 Lake Washington Trail Project May 2010 In the NARROW BASE, 'END view,the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 L-20.10-00,,Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L-20.10-00, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required: L- _ _ 30.10 00, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.1 Q-00. Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rape clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to'300' MIN. The following are the Standard Pian numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........8/07/07 A-30.30-00......11/08/07 A-50.20-00.....11/17/08 A-10.20-00......10/05/07 A-30.35-00......10/12/07 A-50.30-00.....11/17/08 A-10.30-00......10/05/07 A-40.10-00......10/05/07 A-50.40-00.....11/17/08 A-20.10-00........8/31/07 A-40.20-00........9/20/07 A-60.10-00.....10/05/07 A-30.10-00......11/08/07 A-40.50-00.....11/08/07 A-60.20-00.....10/05/07 A-30.15-00......11/08/07 A-50.10-00.....11/17/08 A-60.30-00.....11/08/07 A-60.40-00......8/31/07 B-5.20-00...........6/01B-30.50-00 !06 ........6/01.!06 B-75.20.01.......6/10!08 , B-5.40-00..........6/01/06 B-30.70-01........8/31/07 B-75.50-01.......6/10/08 B-5.60-00..........6/01/06 B-30.80-00........6/08/06 B-75.60-00.......6/08/06 B-10.20-00........6/01/06 B-30.90-01........9/20/07 B-80.20.00.......6/08/06 B-10.40-00........6/01/06 B-35.20-00........6/08/06 B-80.40-00.......6/01/06 B-10.60-00...:....6/08/06 B-35,40-00........6/08/06 B-82.20-00.......6/01/06 B-15.20-00........6/01/06' B-40.20-00........6/01/06 B-85.10-01.......6/10/08 City of Renton-Logan Ave.N. Page 121 Special Provisions Stage 2 Lake Washington Trail Project May 2010 B-1 5.40-00........6/01/06 B-40.40-00........6/01/06 B-85.20-00.......6/01/06 B-15.60-00........6/01/06 B-45.20-00........6/01/06 B-85.30-00.......6/01/06 B-20.20-01......11/21/06 B-45.40-00........6/01/06 B-85.40-00.......6/08/06 B-20.40-02........6/10/08 B-50.20-00........6/01/06 B-85.50-01.......6/10/08 B-20.60-02........6/10/08 B-55.20.00........6/01/06 B-90.10-00.......6/08/06 B-25.20-00........6/08/06 B-60.20-00........6/08/06 B-90.20-00.......6/08/06 B-25.60-00........6/01/06 B-60.40-00........6/01/06 B-90.30-00.......6/08/06 B-30.10-00........6/08/06 B-6520-00........6/01/06 B-90.40-00.......6/08/06 B-30.20.01......11/21/06 B-65.40-00........6/01/06 B-90.50-00.......6/08/06 B-30.30-00........6/01/06 B-70.20-00........6/01/06 B-95.20-01.......2/03/09 B-30.40-00........6/01/06 B-70.60-00........6/01/06 B-95.40-00.......6/08/06 C-1 .... ....2/10/09 : C-4e .2/20/03 C-14i.................2/10/09 C-1 a........... ......2/10/09 C-4f...................6/30/04 C-14j...............12/02/03 C-1b... ............10/31/03 C-5..................10/31/03 C-14k.................2/10/09 ' C-1 c.. ............5/30/97 C-6....................5/30/97 C-15a.................7/3/08 C-1d.............:..10/31/03 C-6a ............. 3/14/97 C-15b.................7/3/08 C-2....................1/06/00 C-6c..................1/06/00 C-16a...............11/08/05 C-2a...............:..6/21/06 C-6d .................5/30/97 C-16b...............11/08/05 C-2b... ..............6/21/06 C-6f...................7/25/97 C-20.14-00........2/06/07 C-2c..................6/21/06 C-7..................10/31/03 C-20.40-00........2/06/07 C-2d..................6/21/06 C-7a................10/31/03 C-20.42-00........2/03/09 C-2e.... .............6/21/06 C-8....................2/10/09 C-22.14-00........2/03/09 C-2f.... ..............3/14/97 C-8a .................7/25/97 C-22.16-00........2/03/09 C-2g..................7/27/01 C-8b .................2/10/09 C-22.40-01......10/05/07 C 2h... ....3/28/97 C-8e .2/21/07 C-23.60-00 .2/06/07 C-2i...................3/28/97 C-8f...................6/30104- C-25.18-01........9/20/07 C-2j...................6/12/98 C-10..................7/31/98 C-25.20-03........2103/09 C-2k... 7/27/01 C-13....................7/3/08 C-25.22.02........2/03/09 C-2n..................7/27/01 C-1 3a........ .........7/3/08 C-25.26.00........2/03/09 C-2o..................7/13/01_ C-1 3b 7/3/08 C-25.80-01 .7/3/08 C-2p................10/31/03 C-1 3c.................7/3/08 C-28.40-00........2/06/07 C-3........... ......10/04/05 C-14x.................7/3/08 C-40.14-00........2/03/09 C-3a............ ...10/04/05 C-14b................7/26/02 C-40.16-00........2/03/09 C-3b... ............10/04/05 C-14c.................7/3/08 C-40.18.00........2/03/09 C-3c..................6/21/06 C-14d.................7/3/08 C-90.10.00........7/3/08 C-4..... ..............2/21/07 C-14e.................7/3/08 C-4b... ..............6/08/06 C-14h...............2/10/09 D-2.02-00........11/10/05 D-2.44-00........11/10/05 D-3b 6/30/04 D-2.04-00........11/10/05 D-2.46-00........11/10/05 D-3c 6/30/04 City of Renton-Logan Ave.N. Page 122 Special Provisions Stage 2 Lake Washington Trail Project May 2010 D-2.06-01........1/06/09 D-2.48-00........11/10/05 D-4................. D-2.08-00........111'10/05 D-2.60-00........11/10/05 D-6.................:.6/ 9/98 D-2.10-00........11110/05 D-2,62-00........11/10/05 D-10.10--01......12102/08 D-2.12-00........11/10/05 D-2.64-01........1/06/09 D-10.15-01......12/02/08 D-2.14-00........11/10/05 D=2.66-00........11/10/05 D-10.20=00.........7/8/08 D-2.16-00........11/10/05 D-2.68-00........11/10/05 D-10.25-00.........7/8/08 D-2.18-00........11110/05 D-2.7$-00........11/10/05 D-10.30-00.........7/8/0$ D-2,20-00........11/10/05 D-2:80-00 .11/10/05 D-10.35-00.........7/8/08 D-2.30-00........11/10/05 D-2.82-00........11/10/05 D-10.40-01......12/02/08 D-2.32-00........11/10/05 D-2.84-00........11/10/05 D-10.45-01......12/02/08 x D-2.34-01........1/06/09 D-2.86-00. .11/10/05 D-.15.10-01 ..12/02/0$ D-2,36-02........1/06/09 D-2.88-00........11/10/05 D-15.20=01........1/06/09 D-2.38-00........11110/€35 ,D-2.92-00........11/10/05 D-15.30-01......12/02/08 D-2.40-00........11/10/05 0-3.. ..... ...........7/13/05 D-2.42-00........11/10/05 Dia .................12/02/08 E-1.. .................2/21/07 E-4. 8/27/03 E-2.. ................5/29/98 E-4x..................8/27/03 F-10.12-00.......12/20/06 F-30.10-00........1/23/07 F-40.18-00.......2/07/07 F-10.16-00.. 12/20/06 F-40.10-01 .10105/07 F-40.20-00.....10/05/07 F-10.40-01...........7/3/08 F-40.12-00........2/07/07 F-42.10-00.....10/05/07 F-10.42-00.........1/23/07 F-40.1400........2/07/07 F-80.10-00.......1/23/07 F-10.62-01.... 9/05/07 F-40.15-00.........2/07/07 F-10.64-02...........7/3/08 F-40.16-00........2/07/07 G-10.10-00........9/20/07 G-24.60-00.....11/08/07 G-70.20-00......10/5/07' G-20.10-00........9/20/07 0-25.10-01......1/06/09 G-70.30-00......10/5/07 G-22.10-01..........7/3/08 G-30.10-00.....11/08/07 G-90.10-00.....1/06/09 G-24.10-00......11/08/07 1a=50.10-00..:..11/08/07 G-90.20-00.....1106/09 G-24.20-00......11/08/07 G-60.10-00.......8/31/07 G-90.30-00.....1/06/09 Lill G-24.30-00......11/08/07 G-60.20-00.......8/31/07 G-90.40-00......1/06/09 G-24,40-01......12/02/08 G-60.30-00.......8/31/07 G-95.10-00.....11/08/07 G-24.50-00.....11/08/07 G-70.10-00......10/5/07 G-95.20-01......7/10/08 G-95.30-01......7/10/08 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-00......9/05/07 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-00......9/05/07 H-30.10-00.::...10/12/07 H-60.20-01.........7/3/08 H-70.30-01......11/17/08 -10,10-00.........8/31/07 1-30.50-00.......11/14/07 1-50.20-00..........8/31/07 City of Renton-.Logan Ave.N. Page 123 Special Provisions Stage 2 Lake Washington Trail Project May 2010 1-30.10-00.........9/20/07 I-40.10-00.........9/20/07 1-60.10-00........8/31/07 1-30.20-00.........9/20/07 1-40.20-00.........9/20/07 1-60.20-00........8/31/07 1-30.30-00.,.......9/20/07 1-50.10-00.........9/20107 I-80.10-00........8/31/07' I-30.40-00.......10/12/07 J-1 f.......... .........6/23/00 J-9a..................4/24/98 J-28.30-00.......8/07/07 J-3.......... ..........8/01/97 J-10..................7/18/97 J-28.40-00.......8/07107 J-3b.... ..............3/04/05 J-11 b.................9/02/05 J-28.42-00.......8/07/07 J-3c...................6124/02 J-12..................2/10/09 J-28.45-00.......8/07/07 J-3d........ ........11105/03 J-16a................3/04/05 J-28.50-00.......8/07/07 J-5.....................8/01/97 J-16b................2/.10/09 J-28.60-00...:.,.8107/07 J-6c........ ..........4/24/98 J-16c.................2/10/09 J-28.70-00......11/08/07 J 7a.... ....9/12/01 J-18.................2/10/09 J-40.10-00 ...1/06/09 J-7c...................6/19/98 J-19.................2110/09 J-40.30-00..... 1/06/09 J-7d.... ..............4/24/98 J-20.................9/02/05 J-75.10-00......2/10/09 J-8a.... ..............5/20/04 J-28.10-00......8/07/07 J-75.20-00......2110/09 J-8b..................5/20/04 J-28.22-00.......8/07/07 J-75.30-00......:2/10/09 J-8c......... .........5/20/04 J-28.24-00.......8/07/07 J-90.10-00.......2/10/09 J-8d.... .............5/20/04 J-28.26-01......12/02/08 J-90.20-00.......2/10/09 K-10.20-01......10/12/07 K-26.40-01......10/12107 K-40.60-00.......2/15/07 K-10.40-00........2/15/07 K-30.20-00........2/15/07 K-40.80-00.......2115/07 K-20.20-01......10/12/07 K-30.40-01......10/12/07 K-55.20-00.......2/15/07 K-20.40-00........2/15/07 K-32.20-00........2/15/07 K-60.20-02.........7/3/08 K-20.60-00......,.2/15/07 K-32.40-00........2115/07 K-60.40-00.......2/15/07 K-22.20-01......10/12/07 K-32.60-00 .2/15/07 K-70.20-00 ..2/15/07 K-24.20-00........2/15/07 K-32.80-00........2/15/07 K-80.10-00.......2121/07 K-24.40-01......10/12/07 K-34.20-00........2/15/07 K-80.20-00.....12/20/06 K-24.60-00........2/15/07 K-36.20-00........2/15/07 -K-80.30-00.......2/21/07 K-24.80-01......10/12/07 K-40.20-00........2/15/07 K-80.35-00.......2121/07 K-26.20-00........2/15/07 K-40.40-00.....,..2/15/07 K-80.37-00.......2121107 L-10.10-00........2/21/07 L-40.10-00.......2/21/07 L-70.10-01.......5/21/08 L-20.10-00........2/07/07 L-40.15-00.......2/21/07 L-70.20-01..:....5/21/08 L-30.10-00........2/07/07 L-40.20-00.......2/21/07 M-1.20-01,.........1/30/07 M-7.50-01.........1/30107 M-24.60-02.......2/06/07 M-1.40-01.........1/30/07 M-9.50-01'.........1/30/07 M-40.10-00......9/20/07 M-1.60-01.........1/30/07 M-9.60-00.......2/10/09 M-40.20-00...10/12/07 M-1.80-02.........8/31/07 M-11.10-01.......1/30/07 M-40.30-00......9/20107 M-2.20-01.........1130/07 M-15.10-01.......2/06/07 M-40.40-00......9/20/07 City of Renton-Logan Ave.N. Page 124 Special Provisions Stage 2 Lake Washington Trail Project May 2010 M-2.40-01.........1/30/07 M-17.10-02.........7/3/08 M-40.50-00.....:9/2€?/07 M-2.60-01.........1/30/07 M-20.10-01.......1/30/07 M-40.60-00......9/20!07 M-3.10-02.........2/10/09 'M-20.20-01.......1/30/07 M-60.10-00......9/05/07 M-3.20-01.........1/30/07 M-20.30-01.......1/30/07 M-60.20,01......2/03/09 M-3.30-02.........2/10/09 M-20.40-01.......1/30/07 M-65.10-01......5/21/08 M-3.40-02.........2/10/09 M-20.50-01.......1/30/07 M-80.10-00......6/10/08 M-3.50-01.........1/30/07 M-24.20-01.......5/31/06 M-80.20-00......6/10/08 M-5.10-01.........1/30/07 M-24.40-01.......5/31/06 M=80.30-00......6/10/08 w� x z� City of Renton-Logan Ave.N. Page 125 Special Provisions Stage 2 Lake Washington Trail Project May 2010 THIS PAGE INTENTIONALLY LEFT BLANK gc S 1 APPENDIX A PREVAILING WAGE RATES r r r` E THIS PAGE INTENTIONALLY LEFT BLANK BENEFIT CODE KEY-EFFECTIVE 03-03-2010 OVERTI\IE CODES OVERTIN E CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE DIUST BE NOT LESS THAN THE PREVAILING RATE OF LAVAGE BIINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE ( AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON.SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(I0) VIII HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE -EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 07 SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED,EXCEPT LABOR DAY,SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR- TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN(10)HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT ib DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. io L. ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Ir M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY.RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. - THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF NAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 --2- I. Q. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8) HOURS OR MORE, U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF NAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY(10 HOURS PER DAY FOR A 4 X 10 WORKWEEK)AND ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. r' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY)AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING,THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY. A T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY,AND THIS RATE SHALL INCLUDE HOLIDAY PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -4- W. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER q. HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY,TEN-HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M.AND 6:00 A.M.AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, TME DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9)• L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -5- PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8}. 61 B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). E. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (91/2). F. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING z DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY; PRESIDENTS'DAY. BENEFIT CODE KEY-EFFECTIVE 03-03-2010 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). IF A HOLIDAY FALLS ON SATURDAY,THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY NAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 15V TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-S 1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-CLASS A SUIT:$2.00, CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS ! JOURNEY LEVEL $40.03 1H 513 BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S Ilk WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE,DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER tir $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.74 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 IH 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHTAND MACHINE ERECTORS $49.47 1H 5D ik PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $48.67 IH 5D SAWFILER $48.60 IH 5D SHWGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 iH 513 STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS&TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV&ROV OPERATOR $52.23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48.85 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49.06 1T 5D BL BOATMEN $49.57 1T 5D 8L 6It ENGINEER WELDER $49.62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN,HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 1E 5L ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL(TUNNEL) $61.95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $15.18 1 FLAGGERS , JOURNEY LEVEL $33.93 1 H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 5.1 HEATING EQUIPMENT MECHANICS MECHANIC $59.32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41.28 1 H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) 11 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 58 COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 58 MATE,LAUNCH OPERATOR $47.35 1K 5B INSPECTIONICLEANINGISEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 i Ilk GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24,91 1 TECHNICIAN $19.33 1 DIY TV TRUCK OPERATOR $20,45 1 INSULATION APPLICATORS JOURNEY LEVEL $49.47 1M 5D IRONWORKERS JOURNEY LEVEL $54.,27 10 5A LABORERS ASPHALT RAKER $41,28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33,93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1 H 5D CEMENT DUMPER/PAVING $40,77 1H 5D CEMENT FINISHER TENDER $40.03 1 H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN(OVER 30 LBS) $40,77 1 H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1 H 5D CHOKER SETTER $40,03 1H 5D CHUCK TENDER $40.03 1 H 5D CLEAN-UP LABORER $40,03 1 H 5D CONCRETE DUMPER/CHUTE OPERATOR $40,77 1H 5D CONCRETE FORM STRIPPER $40,03 1H 5D CONCRETE SAW OPERATOR $40.77 1 H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 50 DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1H 5D DRILL OPERATOR,AIRTRAC $4.1.28 1H 51) DUMPMAN $40,03 1H 5D EPDXY TECHNICIAN $40.03 1 H 5D EROSION CONTROL WORKER $40.03 1 H 5D FALLER/BUCKER,CHAIN SAW $40,77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classificafion WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1 H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1 H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1 H 5D MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 1H 5D PIPELAYER&CAULKER $40.77 1H 5D PIPELAYER&CAULKER(LEAD) $41.28 1 H 5D PIPEWRAPPER $40.77 1H 5D POT TENDER $40.03 1 H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D RE-TIMBERMAN $41.28 1 H 5D RIPRAP MAN $40.03 1 H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 11-1 5D SLOPER SPRAYMAN $40.03 1 H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1 H 5D SPREADER(CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN(AT JOB SITE) $40.03 1 H 5D TOPPER-TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D TRACK LINER(POWER) $40.77 1H 5D Page 4 KING COUNTY JIM EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1 H 5D TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D VINYL SEAMER $40.03 1H 5D WELDER $40.03 IH 5D WELL-POINT LABORER $40.77 1 H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $40.03 1 H 5D PIPE LAYER $40.77 1 H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.74 1H 5D 3 MARBLE SETTERS irll JOURNEY LEVEL $46.35 1M 5A 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 W MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.66 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 IR 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $66.44 IG 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 5D 8P ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE(ZIPPER) $49,90 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR,CONCRETE $49.90 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT(SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE,FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $4.7.12 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 1T 5D 8P CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $49,90 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $50.94 1T 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50.94 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZER,QUAD 9,D-10,AND HD-41 $50.39 1T 5D 8P DOZERS,D-9&UNDER $49.48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 1T 5D 8P Page 6 F KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50,94 1T 5D 8P 1 LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES,ALL $49.90 1T 5D 8P MECHANICS,ALL $50,94 1T 5D 8P s MIXERS,ASPHALT PLANT $49,90 1T 513 8P MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49,48 1T 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 813 OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS,WATER $47,12 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 513 8P EQUIP IN RIGGER AND BELLMAN $47,12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO-MILL,ROTO-GRINDER $49.90 1T 5D 8P SAWS,CONCRETE $49,48 1T 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50,39 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49.901T 5D 8P OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNiTE $47.12 1T 5D 8P SLIPFORM PAVERS $50,39 1T 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50,39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS,(75 HP&UNDER) $49,48 1T 513 8P TRACTORS,(OVER 75 HP) $49,90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49,90 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50,39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49,48 1T 5D 8P TRUCK CRANE OILERIDRIVER(100 TON&OVER) $49.90 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49,90 1T 5D 8P WELDER $50,39 1T 5D 8P WHEEL TRACTORS,FARMALL TYPE $4712 1T 5D 8P YO YO PAY DOZER $49,90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A Page 7 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification NAGE Code Code Code TREE TRIMMER GROUNDPERSON $27.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $37.91 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEYLEVEL $34.54 1H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $23.03 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24.09 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $24.46 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34.69 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $35.25 1R 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $36.81 2R 5C RESIDENTIAL STONE MASONS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 ROOFERS JOURNEY LEVEL $40.05 IR 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1 E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1 H 6W CARPENTER $33.59 1B 6X ELECTRICIAN $33.45 1B 6X HEAT&FROST INSULATOR $50.28 is 5.1 LABORER $32.17 113 6X Page 8 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) IIIc Over PREVAILING Time Holiday Note ClassificationWAGE Code Code Code MACHINIST $33.28 113 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.18 113 6X RIGGER $33.17 1B 6X SANDBLASTER $32.16 16 6X SHEET METAL $33.19 113 6X SHIPFITTER $33.17 113 6X TRUCKER $33.04 1B 6X WAREHOUSE $33.09 1B 6X WELDER/BURNER $33.17 16 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $64.29 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS .TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE I: CABLE SPLICER $32.27 213 5A HOLE DIGGERIGROUND PERSON $18.10 2B 5A INSTALLER(REPAIRER) $30.94 26 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 26 5A SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A SPECIAL APPARATUS INSTALLER it $31.62 25 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 26 5A TELEVISION LINEPERSONANSTALLER $22.73 213 5A TELEVISION SYSTEM TECHNICIAN $27.09 26 5A TELEVISION TECHNICIAN $24.35 213 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A Page 9 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE SETTERS JOURNEY LEVEL $21.65 1 TILE,MARBLE&TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 1T 5D 81- ASPHALT LASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 81- DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK&TRAILER $46.47 IT 5D 8L OTHER TRUCKS $46.47 1T 50 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 Page 10 Washington State Department of Labor and Industries Policy Statement ti (Regarding the Production of"Standard" or"Non-standard" Items] Below is the department's (State L&l's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. l 1. is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOTs Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. tir 6 f rr e; Supplemental to Wage Rates 1 3/3/2010 Edition, Published March, 2010 tir WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. x ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin x Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. x See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and x 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. x 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. x 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. x 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in x diameter. May also be treated, #5. Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts-Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). i, ia 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X iiia 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X E sections and flat top slabs. See Std. Plans. 15. Precast Dryweil Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 3/3/2010 Edition, Published March, 2010 kv WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO rr�rrrr■ i 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X. 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets, See Std. Plans X 21. Precast Concrete Utility Vaults- Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval X prior to casting 22. Vault Risers- For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26, Precast Concrete Walls- Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings-Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14- Prestressed Concrete r Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. j See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31, Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. X im x Supplemental to Wage Rates 5 3/3/2010 Edition, Published March, 2010 WSDOT`s Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO w 34. Cantilever Sign Structure- Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure x shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures- Mbno-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for x approval are required prior to fabrication. 36. Steel Sign Bridges-Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure x shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to x fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. x 39. Light Standards- Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia x Provisions for pre-approved drawings. 40. Traffic Signal Standards-Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. x See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) x See Std. Plans. Supplemental to Wage Rates 6 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO it 42. Traffic Signs- Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *'''' Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Signing Message Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X p 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X io Supplemental to Wage Rates 7 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56, Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard 62. Steel pile tips, custom Supplemental to Wage Rates 8 3/3/2010 Edition, Published March, 2010 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902- PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/0312010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS,ASOTIN,COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD,KITTITAS LINCOLN,OKANOGAN, PEND ORIELLE,STEVENS,WALLA WALLA AND WHITMAN FITTERNVELDER $12.76 1 LABORER $8.55 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: z BENTON to MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM,GRAYS HARBOR,ISLAND,JEFFERSON, LEWIS,MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 :. 3/312010 Edition, Published March, 2010 5; METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $27.49 1 E 6H LABORER $19.21 1E 6H LAYEROUT $28.77 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1 E 6H WELDER $26.89 1 E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 6V FITTER $25.33 1B 6V WELDER $25.33 1B 6V Counties Covered: GRANT FCTTERNUELDER $10.79 1 PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 s Supplemental to Wage Rates 10 3!3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/0312010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: fel► KUCKITAT,SKAMANIA,WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 fi ( Supplemental to Wage Rates 11 3/3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $27.10 2U 6T LABORER 16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 ., WELDER $11.32 1 Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 tr FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS,ASOTIN,BENTON,COLUMBIA, DOUGLAS,FERRY,GARFIELD,GRANT,LINCOLN, OKANOGAN,PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN,KITTITAS,KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM,CLARK,COWLITZ,GRAYS HARBOR,ISLAND,JEFFERSON,KITSAP,LEWIS, MASON, PACIFIC,SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 513 Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects 17 This1 ro'ect is subject to the state hour) minimum rates for wages and fringe benefits in P J Y the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians- Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers- Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers { • Power Equipment Operators - Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES ** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers- Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 3/3/2010 Edition, Published March, 2010 r Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) i WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12'RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: iW (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii)At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting:to.. load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 General Decision Number: WA100001 04/16/2010 WA1 iw Superseded General Decision Number: WA20080001 State: Washington Construction Type: Highway Counties: Washington Statewide. !hi HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) i Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 04/16/2010 CARP0001-008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH i MERIDIAN) , FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1: . . . . . . . . . . . . . . . . . . .$ 27.73 10.56 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 29.73 10.56 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 28.00 10.56 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 27.73 10.56 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 63.50 10.56 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.75 10.56 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 31.75 10.56 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 28.00 10.56 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 33.75 10.56 it WA100001 Modification 2 1 P a g e Federal Highway Wage Determinations SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1: . . . . . . . . . . . . . . . . . . .$ 26.06 10.56 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 28.06 10.56 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 26.32 10.56 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 26.06 10.56 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 60.14 10.56 GROUP 6: . . . . . . . . . . . . . . . . . . .$ 29.07 10.56 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 30.07 10.56 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 27.32 10.56 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 33.07 10.56 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . ............................... . ........ . ............ . ........ ............ .. .. . ..... .............. WA100001 Modification 2 2 1 P a g e Federal Highway Wage Determinations J7 CARPENTERS: COEUR D` ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . DEPTH PAY FOR DIVERS BELOW WATER SURFACE: Wr 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation' starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications lrt within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task) , where HAZMAT tri certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". it LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus --or-a-supplied air line. -------------------------------------------------------- WA100001 Modification 2 3 P a g e Federal Highway Wage Determinations CARP 0003-006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS. . . . . . . . . . . . . . . . . .$ 27.56 13.30 DIVERS TENDERS. . . . . . . . . . . . . .$ 30.28 13.30 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 68.84 13.30 DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 27.56 13.30 MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 28.04 13.30 PILEDRIVERS. . . . . . . . . . . . . . . . .$ 28.04 13.30 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA100001 Modification 2 4 P a g e Federal Highway Wage Determinations BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point. ) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 61 -------- ------------------------------------------------------- CARP0770-003 06/01/2009 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE a; MATERIAL. . . . . . . . . . . . . . . . . . .$ 25.25 11.97 CARPENTERS. . . . . . . . . . . . . . . . .$ 35.39 11.97 DIVERS TENDER. . . . . . . . . . . . . .$ 39.15 13.08 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . .$ 36.39 11.97 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 35.59 11.97 6 4' 6 rc ........... .................._. ... ......... ............ ... ......_.__ .. ........ .. ...._.... ........... .. _............ WA100001 Modification 2 5 P a g e Federal Highway Wage Determinations (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ------------------------------------------ WA100001 Modification 2 6 1 P a g e Federal Highway Wage Determinations CARP0770-006 06/01/2009 Rates Fringes �1 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN •JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS. . . . . . . . . .$ 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . .$ 35.49 13.08 CARPENTERS. . . . . . . . . . . . . . . . .$ 35.39 13.08 DIVERS TENDER. . . . . . . . . . . . . .$ 39. 15 13.08 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . .$ 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 35.59 13.08 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: r Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend i it ... ..................... .. .. .. ...... ... . . .. ............. _... _..... . .. . ......_. WA100001 Modification 2 7 P a g e Federal Highway Wage Determinations to Zone Pay: Y 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over_45-radius-miles ----$1_50/hour ELECO046-001 06/01/2009 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.89 3$+15.71 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 40.81 3%+15.71 ---------------------------------------------------------------- * ELECO048-003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 39. 66 $16.58 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 36.05 $16.58 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4 : Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 .plus. -- WA100001 Modification 2 8 P a g e Federal Highway Wage Determinations * BLECO073-001 01/01/2010 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 28.62 3%+12.98 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 28.37 13.98 . ---------------------------------------------------------------- ELEC0076-002 09/01/2009 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes i CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 38.32 3%+16.45 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 34.84 3%+16.40 ------------------------------------------------------------ ELEC0112-005 07/01/2009 t ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes 1I� CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 36.70 3%+13.73 " ELECTRICIAN. . . . . . . . . . . . . . . . . . . .$ 34 .95 3%+13.73 ---------------------------------------------------------------- ELEC0191-003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 36.86 3%+12.98 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 33.51 3%+12.98 ---------------------------------------------------------------- WA100001 Modification 2 9 P a g e Federal Highway Wage Determinations ELECO191-004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 32.46 3%+12.81 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 29.51 3%+12.81 ---------------------------------------------------------------- ELEC0970-001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 34.68 3%+9.59 ELECTRICIAN _----.----------------$-31_53----------3$+9_59---- --------- ENGI0302-003 06/01/2009 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: Group 1A. . . . . . . . . . . . . . . . .$ 35.79 15.15 Group lAA. . . . . . . . . . . . . . . . . $ 36.36 15.15 Group 1AAA. . . . . . . . . . . . . . . . .$ 36.92 15.15 Group 1. . . . . . . . . . . . . . . . . . . . .$ 35.24 15.15 Group 2. . . . . . . . . . . . . . . . . . . . .$ 34.75 15.15 Group 3. . . . . . . . . . . . . . . . . . . . .$ 34 .33 15.15 Group 4. . . . . . . . . . . . . . . . . . . . .$ 31.97 15.15 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) .. ....... _ ...... . . WA100001 Modification 2 10 ( Page Federal Highway Wage Determinations GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type �1 GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside operator-Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw it knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer ` GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; Or A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane j Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under Vwr ................._...._.... . .......... .... ... . .. .....:_ WA100001 Modification 2 111 P a g e Federal Highway Wage Determinations GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities , excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ...... .. . . .. . . . WA100001 Modification 2 2 P ag e Federal Highway Wage Determinations int Ir ---------------------------------------------------------------- ENG10370-002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A. . . . . . . . . . . . . . . . . . .$ 23.21 11.05 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23.76 11.05 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 24.08 11.05 fir GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24 . 69 11.05 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.85 11.05 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 25.01 11.05 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 25.29 11.05 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 25.56 11.05 GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 26. 66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 a Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power) ; Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation) ; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator) , except when pulled by Dozer with lir► operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine rr ...... ....._... ..... .... .... ........ . .. . ..... WA100001 Modification 2 13 ( Page Federal Highway Wage Determinations �r GROUP 2. A-game Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pipeline) ; Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar) ; Elevating Grader-type Loader (Dumor, Adams or similar) ; Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar) ; Curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond) ; Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T) ; Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired Skidders (R/T with or without attachments) ; Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity) ; Turnhead (with re-screening) ; vacuum Drill (reverse circulation drill under 8 inch bit) ........... _ _._. WA100001 Modification 2 141 Page Federal Highway Wage Determinations t; GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar) ; Hoe Ram; Piledriving Engineers; Paving (dual $z, drum) ; Railroad Track Liner Operaotr (self-propelled) ; int Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) ; Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde,. ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45,000 gw and over to 110, 000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ; Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments) ; Cable Controller (dispatcher) ; Compactor (self-propelled with blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons) , all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar t. equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement grinder) ; Scrapers, all, rubber-tired; Screed Operator; Shovel(under 3 yds. ) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train) ; Lime Brain Operator (Recycle Train) ; Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ; Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar) ; Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi) ; Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over) ; Helicopter Pilot rr ... .... .... . ... .. . WA100001 Modification 2 _ 15 ( Page Federal Highway Wage Determinations BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- WA100001 Modification 2 16 ( Page Federal Highway Wage Determinations Mr ENG10612-006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES t ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: g. GROUP lA. . . . . . . . . . . . . . . . . . .$ 35.79 15.15 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 36.36 15.15 Yrt GROUP 1AAA. . . . . . . . . . . . . . . . .$ 36.92 15.15 GROUP 1. * * ' ' * ' * ' * ' * . . . . . . . ­$ 35.24 15.15 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 34.75 15.15 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 34.33 15.15 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 31.97 15.15 Zone Differential (Add to Zone 1 rates) : rr Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom Yr I�r ... ............ .. . ......, .._. ........ ...... WA100001 Modification 2 17 ( P a g e Federal Highway Wage Determinations GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 �. yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons- thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp ...... ....... ........ ... ........... ....... WA100001 Modification 2 18 ( P a g e Federal Highway Wage Determinations d: GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. < ` 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150, 000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all lir craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---- ----------------------------------------------------------- ENG10701-002 01/01./2010 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 37.27 11.50 GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 39.13 11.50 GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 41.00 11.50 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 35.64 11.50 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 34.64 11.50 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 33.71 11.50 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 32.60 11.50 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 29.61 11.50 it _.. .... . . ........... .. ..... ... ...... . .... WA100001 Modification 2 19 j Page Federal Highway Wage Determinations Zone Differential (add to Zone 1 rates) : Zone 2 $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS, MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton ... ........ ................ ............... WA100001 Modification 2 20 P a g e Federal Highway Wage Determinations i it r GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment) ; LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over e GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over Fe, GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, Dll, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two + drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to too 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu, yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade Oiler required) ; Wheel Excavator, over 750 cu, yds. per hour; Band Wagon (in conjunction with wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130,000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment) ; GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment) ; LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom) ; FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs. ; LOADERS: is Loader operator 60,000 and less than 120,000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel., Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. .. ......."I".......... ..... . ...... ... . . ...... .. WA100001 Modification 2 211 Page Federal Highway Wage Determinations it GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required) ; BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side-boom Operator; Cable-Plow Operator (any type) ; CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type) ; Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine) ; Hydro Axe (loader mounted or similar type) ; COMPACTORS s SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry) ; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required) ; Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required) ; Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ; Guardrail Auger Operator (all types) ; Combination Guardrail machines, i.e. , punch auger, etc. ; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80, 000 lbs. ; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting WA100001 Modification 2 22 ( Page Federal Highway Wage Determinations : Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder) ; H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator,single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds. ; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and i over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade-ail Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix) ; Asphalt Burner and Reconditioner Operator (any type) ; Roto-Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: rr► Compressor Operator (any power) , over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type) ; Pavement Grinder and/or Grooving Machine Operator (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical j Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single r drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type) ; Hydraulic Backhoe Operator track type up to and including wr ..... . ........... .... _ ..... ... . WA100001 Modification 2 23 Page Federal Highway Wage Determinations 20, 000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser) ; PIPELINE-SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR-RUBBER TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type) ; Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power) , under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B. , dry batch, etc. ) ; Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type) ; Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform) ; Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd. ) ; Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated) ; PUMPS: Pump Operator (any power) ; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade) ; Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt) ; Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ........ . .. ...... ... ..... ...... _..._ _ .. WA100001 Modification 2 24 ( P a g e Federal Highway Wage Determinations ;. j4 ---------------------------------------------------------------- IRON0014-005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 30.79 17.40 ---------------------------------------------------------------- IRON0029-002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes La IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 33.12 17.40 ---------------------------------------------------------------- IRON0086-002 07/01/2009 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes �r IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 31.07 17.40 ` ------------------- ------------------------------------------ IRON0086-004 07/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 36.62 17. 40 ---------------------------------------------------------------- } L L .. .. ...... ... ............... ... . ........ . ........... .. . . ...... WA100001 Modification 2 25 1 P a g e Federal Highway Wage Determinations LAB00001-002 06/01/2009 ZONE 1: sr Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 21.77 9.07 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24.86 9.07 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 30. 96 9.07 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 31.70 9.07 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.95 9.07 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20.58 9.07 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.54 9.07 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 23.09 9.07 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.48 9.07 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 ...................... .. ..... .... ... . _........ . .. ... . WA100001 Modification 2 26 P ag.e Federal Highway Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to s cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator) ; Maintenance Person; Material ` Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at 'job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: r utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . ---------------------------------------------------------------- rr .... WA1O0OO1 Modification 2 27 j P a g e Federal Highway Wage Determinations LAB00238-004 06/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE l: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 20.56 8.75 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.66 8.75 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.93 8.75 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 23.20 8.75 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.48 8.75 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 24.85 8.75 Zone Differential (Add to Zone 1 rate) : $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of €lagperson) ; Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller) ; Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material) ; Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers) ; Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal) ; Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel) ; Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures) ; Tailhoseman (water nozzle) ; Timber Bucker and Faller (by hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer ...................... ...... ...... . .. ..__ ...... ...... WA100001 Modification 2 28 1 P a g e Federal Highway Wage Determinations GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator) ; Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter) ; c, Nozzleman (to include squeeze and flo-crete nozzle) ; jMp Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled) ; Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation of machine and nozzle) ; Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor Operator (air track or similar mounting) ; Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over jw 1, 200 lbs., jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, rmortarman, rigger, jacket, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman ---------------------------------------------------------------- _........ ......... WA100001 Modification 2 29 Page Federal Highway Wage Determinations k LAB00238-006 06/01/2009 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 24 .10 8.75 ---------------------------------------------------------------- LAB00335-001 06/01/2008 CLARK, COWLITZ, KLICKI TAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 27.46 8.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 28.06 8.40 • GROUP 3. . . . . . . . . . . . . . . . . . . .$ 28.50 8.40 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 28.88 8.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 24. 96 8.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.54 8.40 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 19.34 8.40 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0. 65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. ........ .... . .. . . ... ........ ........... WA100001 Modification 2 30 P a g e Federal Highway Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and ilk Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and,similar types) ; Loading Spotters; Material s Yard Man (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power r saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.) ; Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping (< and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen; Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor }; Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster ................. ...... .. . .... ........ . WA100001 Modification 2 311 Page Federal Highway Wage Determinations GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscapingor Planting Laborers - LAB00335-019 06/01/2008 Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 29.58 8.40 ------------------------------------------------------------- PAIN0005-002 07/01/2009 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . .$ 27. 40 11.50 -------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER. . . . . . . . . . . . . . . . . $ 20_ - 82 7_44 --------- - ---- _. .. ...... __._ ............ ....... ...... WA100001 Modification 2 32 P a g e Federal Highway Wage Determinations fir * PAIN0005-006 07/01/2009 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting. . . . . . . . . . . .$ 21.50 7. 98 Over 30'/Swing Stage Work. .$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray. . . .$ 15.09 6.78 r Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . .$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- JO PAIN0055-002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller. . . . . . . . . . . . . .$ 19.59 7.24 High work - All work 60 ft. or higher. . . . . . . . . . . . . . .$ 20.34 7.24 Spray and Sandblasting. . . . . .$ 20.19 7.24 ---------------------------------------------------------------- PAIN0055-007 08/13/2009 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . .$ 30.82 8.62 ---------------------------------------------------------------- rr d .......................... ... ........... .. .......... .... ..... ............. ..... ..... ..... ...... ..... ...... ..... WA100001 Modification 2 33 P age Federal Highway Wage Determinations PLAS0072-004 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA ; COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1: . . . . . . . . . . . . . . . . . . .$ 24.08 11.22 Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2009 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON. . . . . . . . . . . . . . . .$ 35.75 13.40 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE. . . . . . .$ 36.25 13.40 TROWLING MACHINE OPERATOR ON COMPOSITION. . . . . . . . . . . . . .$ 37.25 13.40 ---------------------------------------------------------------- PLAS0555-002 06/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD. .$ 29.94 15.59 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR { HANGING SCAFFOLD. . . . . . . . . . . .$ 29. 41 15.59 CEMENT MASONS. . . . . . . . . . . . . . .$ 28.87 15.59 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS. . .$ 29.41 15.59 ....... ..................... WA100001 Modification 2 34 Page Federal Highway Wage Determinations Zone Differential (Add To Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. Ili ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4 : More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- TEAM0037-002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKA.MANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1. . . . . . . . . . . . . . . . . . . .$ 26.90 12.75 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 27.02 12.75 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.15 12.75 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.41 12.75 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27.63 12.75 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 27.79 12.75 5, GROUP 7. . . . . . . . . . . . . . . . . . . .$ 27.99 12.75 liar. Zone Differential (Add to Zone 1 Rates) : Zone. 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ) ZONE 5: More than 80 miles from the respective city hall. .. ..... ... ... . . :...... ... . .... . ........ . .. ......... ............. WA100001 Modification 2 35 Page Federal Highway Wage Determinations TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or Leverman on Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup ,Truck• Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to. 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site) ; Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons ;. GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds. ; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds. ; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck ........­­­­­­1............................. .. . . .......... ....... ......._...... ... ....... ._..... .. ...... ........ . ... .__' WA100001 Modification 2 36 P a g e Federal Highway Wage Determinations GROUP 7: Dump Trucks, side, end and bottom dumps, including u Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- * TEAM0174-001 06/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1: . . . . . . . . . . . . . . . . . . .$ 31.87 14.60 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 31.03 14.60 kill. GROUP 3: . . . . . . . . . . . . . . . . . . .$ 28.22 14.60 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 23.25 14.60 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 31.42 14.60 ZONE B (25-45 miles from center of listed cities*) : Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*) : Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid W Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose j aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity . ............ .... . ......... .. ...... . ... .. ...... .... _..... _.. ... .. _ . WA100001 Modification z 37 Page Federal Highway Wage Determinations GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with R a chemical "splash suit. " LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- .....__ . ... ...... . ...... .. ... .. ......... _. WA100001 Modification 2 3$ 1 P a g e Federal Highway Wage Determinations TEAM0760-002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE i FOOTNOTE A BELOW) ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 20.02 10.86 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.29 10.86 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.79 10.86 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 23.12 10.86 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.23 10.86 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 23.40 10.86 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 23.93 10.86 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane2000 lbs. capacity) ;( p y) ; Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs. ) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds. ) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.) ; Warehouseperson. (to include jj shipping & receiving) ; Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) x 1t .......... .11.. .... ... .. ............................ .... ....... .. . ........ .. WA100001 Modification 2 39 P a g e Federal Highway Wage Determinations GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds. ) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds. ) ; Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc. ) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16, 000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds. ) ; Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds. ) ; Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) ; Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete .(over 20 yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.) ; Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds. ) ; Helicopter Pilot Hauling Employees or Materials WA100001 Modification 2 40 ( P a g e Federal Highway Wage Determinations Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate -- - ----------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . -----------..---------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- ( WAGE DETERMINATION APPEALS 'PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on 1 a wage determination matter * a conformance (additional classification and rate) ruling 6 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) )' and 3. ) should be followed. WA100001 Modification 2 411 Page Federal Highway Wage Determinations With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA100001 Modification 2 42 Page Federal Highway Wage Determinations APPENDIX B STANDARD PLANS 'r ro roA �X rocnop z v, r< n< n cromm O v -4 D pm O� O mmzro0 .q r(�ms m � m np Om �m AD Am nCDrin� <) -+ 00 Al �� 00 0m w Oo A z z O 2 � �-'�-{ A�� O ro A O'D m o.p�1 (0000 x� -i m �Sr nro0 2' XZz =gym x�z vz0z z ca -+m i rnZD -1 owc m°1-° 0Wro av,?cn D a O a:-,j ooh Kc� t?wcn tnrnA �r8i mX7 "iT�Z Z -4 x FAQ O'N x!. D- cn m �- Z�{O2 --A X O(n Z c0m o� ca>� 9:Z o A �m� ---- ----- ------ ---- ------------------ v,.flz DMOm z cn ? �m Ci raro A ��D� *r,mm ro ro O0mr (a 0Zz � � ; QmSyo M TD A N m o Z m OM w« m O O m .. -- ---------- —�-- v, r -r 3 u2 - m mn- o T m �Mm �bJ zoo m ti Y 'tj t7 > o�4 tj °t a morn zi CnZU) O o o O p w tij0 Z 00) m-1 rvn8m � Q. z Y -jm V' o m ~3x - TT ON cn N CAN -- ---- ------' p A 'D C X0z zi zr0i mX J� m� m s m n c roQ �D� r zm nn Z f m o co — --- m -- -gym — — — — "v O M !I mem Q + Sl,o tie C mL m c N0 Et x �a� m3 !+ i . amz ni -00 am 06' Z O < 00 ? n� o FCD O n �rn z 0,0 Im £ m Z a o �7='D rm-_ m 6 o V -.- �m 7t m o w ay - - _ 00> O rt� m 6m m o ZQ (Q rozS<�L �_ °' worn ND D m Z O Z o Z M z mmrm � 'A m Z'D t/1 Z J o _<0y� O !! mcDz- mmy w>z - - -- -------- -- - - ------- c{ A M> r y -uan _ d c .,� D m-Mmumi m m0 M 0 �'tM-:+ > I C: '`-?ry Qi MMMT N O KXZ m~ a s.tp b� 0 C!7 Cl)r_ .s rn Z 0 7JN-i jZ 0 Y, Nm 6Q z= cnm rG) m(!i y D� �m C7z0 om Z ZQ n>m O co 0 O Q U2 N� U, v m �x A H roQ m ;D nm m C7 j comm pm n n s m m �O Om ADm --i rAN r �2 ;i7� _ oWm �� 6- p1z 0 (Op2 m m 7zU ^ r m OOt _� � :r > m-D G) 17��m pmmZm LZ-Zi D--4 mdzz a p b� �m� aA,z� mWv rn�� m � �� p a': 2m oo[n ?i �rnm �Nm Nps mOSN Z0 -4 Mz ,'Un o y 7 Y�OEn ai m �� ��'-o a zm �x -i m �z com o �O m r ?O gmD C=2z $ 00 4 m-m z --- -- --- - ----- -------- --- --- O.MX D O Z Z m y mZ 0-i ,-b 'rt IV mANr K ? WO s m ♦ m m O o cn r; O Li cm ti g m cm � C: � Ul uJ. W m ? m 0-1 m� o un zx Mm �? C-) Z ----- ------ - D c Mn Mm �— C m O;7 Xo Wiz{ °r A� N D 0 mom O zm nm mm � - -- - - -- - - - - - -M-1 b0 �X rn0 $'D mO5D o -nm m Z rt ry W oma. O 00 Z n> m'>U2D hj oZT m 03 C O _< z _. O<mm m o M(nz Aon 0 0 o /m� ,Ymwf o- y( d o T 11 : Cn➢ .1 m cu 63m oY� Z aDmz z p �rA N C4 j C Z ry <� �{/ mz M D ©© mD <r ' m > �Mmtmh to x � s U) ;MQ-a Z> c N O m > 0o-1 m a �Z2 EZw �M o s �Z ryr MD K -mu �z Oso Om �y'p7 AO O� "�� m m tl S' <>(0 m0 � az $v �m� CdA, m �o �aav b m n �o hV b A {0m mo b b N ny Diz"n mz + rn o h p ( Oy m O � � O j LU err roro C nmm p X< n WmZro -i C �� (7� �'n D N rnm-4 m 0>w r47 nZ O� cn-Di �m m M r n n y,,i ,'9-i m x Z 00 X y Po x o x Q O D P r 1 o--c-aK K Om =o j ��� zM cnr� v�z� z p� vA rnZZ �' Qoro Qmx m?m D y v�G) m om ` mvm mom max 40-4 g � roti mn o��'t -�. ��x �Nx y to m illy -z:E D T a m z c a m m o }y j. w �o m r Q ?L'�x c i Z -A On >-ci I HMOm c z F r-3 Q A G) =__ -- -- --- - ------ ----- 1— 1111 Dy0m m O I A wzOzi x mWcnD n OQ MM o z �� m + vi N nn j CJS w xmm r m D 1 O cox xa Ch 0 LJO o zz 0 co z0 "m o M �j-1 A -q 1M _ ilU .Z.3 x �+O> - ----------- mro �'�A o c� ro mx'i z zc�i N mm Mxczo xD m vz{ m°r° ncx xa m� MAm - - - - �m - - - - nm -4 Z J z m — —mo boo 0 !I x<nx b -n mm oC nTi< C O Qmmz u roD 1 n ° Nm d O Z Z v mroxD x �y 3 { r Z o < O n I mO A o .17 x z m -n m m �OZm m D m o z z Aam> y N g {Loo Lo �mccnc MN ° roz �0z w "' n11 N D <1, N 45>mCn z M x V1O ley �oz� `` < v { �cz:::! N m O m m=1 O m y Y M➢<� m �mmM C!, iIr)D 0 m y �., �7 A ___ __—_ _--_--__—_ --- ---__-----_ N Q V x S Z MoZ QM n Dpi Dx -iyd, CRr 0 a a m-0 Viz= �m 6D-i pD p[flp mm A �? -n>;K nz v OxD* OTx D_ f j aim ac cmi�rm mx Z v ro zxr �m b x Y �v llll! <co rmrt a �� x U ym-1 4& m z mo ^'{ ZV bDv o K n n x0 3 m O ona oo r j, a xz O { �� m0 m ! b nm -DiZ� mz rn o -4 Gly x0 a m m m�D �r T -il m �< m m z m 9 c A n O O T a r0m-i m w �O Om �m rf �00D to v o�� tn0 oA mo0 z--'i� p0oz --1 m" b 1 -�� O Dnr zzoo o xp �n� ��� C*v_po zi nm o'- 0.00 i�� s�z m'°G) o O� O^'� A�y W X pmt nco 2-=-1 mOpm Q o Xr -+mm cnz- oo-0 m m m-'m >ca Z in G) =gym o ��m Ua� 1pYz L, mho m m i� cn v, mz nc� m� o� A o* OC=` AZ 2 �a i a z Z"' z czi- -- - --- - ----- -------- ---- — ro� -n *>r.m m - m ,I/ mz0-zi ? m.n��D o � f b � z= m o M m o - p i 00 L N X co m o + -U0 ;Dmin m p A { Z 0 No O 00 A m � N zy m y> o mim bo A �-4 0D m ACn O-�I o m-j� — — -- — — ac 'oma xrn mia m p0� r =m �8 0_ M m o �m A { m 3 m m M ------ ---- — — — — --- -� i opm bo og 'Z n or- -n eTs � .D � Qz o m < 0 C C C z a� ��z� '- m N 3 I 0�zm m AaN� � m 6(A z D A m ? z Diem m r N N' �o-`�+� 3 o _ mm> - — — -- m n Z p m _—�--_- H - S y-m Z rn Z II- u oZM a <Mct MX}� _ I nCz--{ E M Q m(A_+o �3} m D Z I m {� - mA�rA -M to m �bmm o a� 1Y rnm�i zj W C]z O i r ➢O D w 0 " A A -M'0 ��-� �Z 0 -�,2i br➢1 ,Z7D yGG)m 0�mM-D K _s TAX �z v tOZO OA p 0.(c' Atn -n '0 Z=� 1� Z m 3z 0 U ODO m0 x J� -n A y< U m vDv h m n O ;uO m y mo " �0 O �Dm mo rr b om r.0h+ -➢{Z n mz m 9 o m O O➢ mp mA r faw 'D(1)G)0 z �� n n cmmm O wmz-O -4 etc.. n� O OT � cn r()m2 m �p Om �� �m r --i 0>X CO 0 � D -4 A �{rn> -0 '-+ A� (4m N-I{ XVim w1r ��zo �� yo� �o3c --f om �� o�2� vOi v Om -x< p�� xZm cn -z-t cnF, m O p m n -1 0 m-i ;`z y co c0;o p ao m O z'o D(nZN z toE5 x-tm bmz t�T1-om (vm77om tvmnNm �f Z i n .'TI Q x K m C7 �2K�'p, Co:-..Z7 N X1 A.'i7 y <' 7 Z*C)1 > 0 m 5.z KZ5 u -x�0 z � �' z �mx - a Cx�Z j O --0-V Z 77 � D X - m +ter n-o-0 K z co y&mm V<I O ozz z m F W za--( T. _ m„I> o O O 2 O --- — _— - __—\ D"I L`m z x m n F \� MM C A ,1� N flu N z OO ! - - ------ O i "d cn j r r -4 SCD z n > O np CIU) zY rn � m ( rn o 7n o Zi -im o o� 0-N+ o� z y u f Z0 m�D -- - - — — — mm -c >T AO y x >;7 r t > UJ mzo� ( m� r zm 00m o m m _g (g o c orY m m m --- ((I c 0---- ------mO 9X -ice `pZ 00 bA 1� 3 mco z< <mc X ox m z o oca A-a O O �y > 0 * Z O z r "m _ fi N C OC� . a Iz7i ry (n'co C < a E - @ 9: rn S Vl i/X D ? ? O 0 �' o �{ mac air R} til p T Dox _A y _ <z> 0 r Z 0 �(znZ2 `m0 --,m 1 1 - r m 'I o CO mozm wrr N rt O 0 D v �m>- F mZ<� N NTI m(fi(r77 cn � En � N SID Cm�m Qm ZI x z Z C --- -- - ---- —_---- --- - -- ------ - n> O-4 co ➢ Z r O D X n ? �coW mr (n s n-u nm A04 -iz `� r __ �G)(z o(m �n m I mm ice] r my D� �z S� C1 020 p m 0 ~. t_' 'gyp AO .Zy0 m� m0 Orr U)� m m 9m m Wczi 9 `'d zx� ; O co rD b -Zi <� <m i Or5r mi d> si m A "C1 p-i< -4m o» b m z c0i � mz <: <o �p �nm mo� � O b Qx m `B DZO mz ->i O rn o pm z m o GI> m 0 m { v n m or to —- -- —-—-—-- —-—-—-—-—-— — it C M 04 min it 0 OC) o> M wo j, t- 0 t m z C: C) M;u 9 M� " m 0 m a z X z i rn 'R 0 Z r z -M m ;ma a> as r Z cp CD m > C4 < CD ca rrr to Z 0 N a() -i Z 6� - io G)0m r 1 ca:E0 mzz ■r 0 0 G) i: y x S R ZO1r �mm O o aDm -n X8 ° !L X7 D { � z i X03 a moi � oNm a >C-) _ z A q 7 C7tp Yz.� Om m +11MI H _s g z N �e r. ryy ---._...-.—.--------- c , z c 40� c < N a o 03 z f A ------ ------------ — - 3 m O D 0 o 4� /A� i O m c? 1D b -t m S. m F U) Z ,3X7 m O v m i Z � rnc m m w m{ � m n Ra X x ' co v� {� < O m m CD z n n ro� w (AW n v z c fl z� 6 a A o o � o m Z Z o r Z G) CO c D A mmcn m ED ba go mb O O d f � 4 Y Yrr O O YID FACE OF CURB 6" CEMENT CONCRETE j 1112'R- 1"R SIDEWALK RAMP 6 112" ^^VARIES OR LANDING 5 112" 1" FROM –3— a 6'TOO --- 112"R. i /^ 1"R. p D b . p 124 MAX. TOP OF ° -- 1I2'RROADWAY 114"PREMOLDED i _JOINT FILLER D U CEMENT CONCRETE ° D PEDESTRIAN CURB ° D AT SIDEWALK RAMPS AND LANDINGS Q---- FACE OF ADJACENT CURB CEMENT CONCRETE 6 1!2" TRAFFIC CURB AND GUTTER SEE DEPRESSED CURB DETAIL THIS SHEET I FACE OF ADJACENT CURB 124 MAX. TOP OF 6 11Z'-- FLUSH WITH GUTTER -�--- „ 1" 1/2"R, -ROADWAY -- PAN AT SIDEWALK 2" ° ff RAMP ENTRANCE 1:12 MAX. 1:24 MAX- V D 'p� ,•p° •.p tD TOP OF ° <; % 112"R. ROADWAY / �— V-6" p DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 DEPRESSED CURB SECTIONFACE OF CURB AT SIDEWALK RAMPS 6 1/2" 5 112 1" 112"R. - V,R TOP OF ROADWAY • D � FACE OF ADJACENT CURB D " GUTTER SURFACE 1"R.- 8 114" R.p D D CEMENT CONCRETE TRAFFIC CURB D • ` U �pU • ° ° P DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.2 ti�Y O STD. PLAN - 101 PUBLIC WORKS CEMENT CONCRETE CURBS DEPAR9'MENT JUNE 2009 ,�-SEE NOTE 2 SEE NOTE 2 2' - 0" 2' - 0" o r l a I \ 3/8" PREMOLDED JOINT FILLER (TYP) I CEMENT CONCRETE - I �CURS AND GUTTER �Iw �YYr ��11jj PLAN VIEW FACE OFCENTERLINE OF f s CURB �.S-FRAME&GRATE Ij y5 1./2" 1, (1.08) -- FRAME AND GRATE-NOT INCLUDED I 1/2" R - �4�1" R ROADWAY MATCH - IN CURB AND GUTTER BID ITEM ROAD SLOPE RECESS TOP OF D 1" R, I 72' ROADWAY D im p ' D D ADJUSTMENT SECTION-NOT INCLUDED IN CURB AND GUTTER BID ITEM pD . CATCH BASIN-NOT INCLUDED IN CURB AND GUTTER BID ITEM SECTION A �Y�.CKApYV�~ ,• GENERAL NOTES: , r 1. The intent of this design is to facilitate the removal of a catch basin with minimal disturbance ` ; of the curb. , y -.� ^N "` 2. The expansion joints of the •- adjacent sidewalk shall be adjusted to be in , Line with these curb Irr expansion joints. �, 5 " ,� ISOt4E41C VIEW �Y PUBLIC WORKSTDCEMENT CONCRETE CURB S . PLAN — 101.1 �'�► ��' + + DEPARTMENT INSTALLATION AT to 'f'�N tp CATCH BASINS MAY 2009 aw t 6" 1 IN.6' SIDEWALK VARIES:51-V MIN. LEVEL 1"R. 12"R(TYP.) -- CURB NOT INCLUDED o �, ytE,Ate• `� 2%.MAX, IN BID ITEM D SEE RAISED 1!4'FR£MOLDED .� EDGE DETAIL JOIN., NOTE:EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARIES Z _ 1w TO IM' SIDEWALK MAY BE ADJACENT SLOPE ROUNDING 1 TO A WALL(SEE DETAIL) (WHEN SPECIFIED) J— p t St0_EWALK BUFFER STRIP D l��j • VARIES:5'-0"MIN. 12-R.(Ty P J - CURB NOT k INCLUDED 2% 2•b MAX. 2°h MAX. IN BID tTEM ©CONTRACTION JOINT CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP WgLL OR BARRIER SIDEWALK -M VARIES -•SIDEWALK MAY BE ADJACENT 1)2'R. SLOPE ROUNDING / TO A WALL(SEE DETAIL) (WHEN SPECIFtEDt — { -...� D SIDEWALK 6* D 7 VARIES: S'-B'MIN. �� D CURB NOT 11d'PREMOLDED 12`R.(TYP.) INCLUDED JOINT FILLER •- 2� 2Y.MAX. IN BID ITEM Q 1/4"PREMOLDEo ^R"' SIDEWALK ADJACENT TO WALL JOIrtT FILLER ' DETAIL CEMENT CONCRETE SIDEWALK / ADJACENT TO CURB 0' BROOMED FINISH O+ 4'WIDE,SMOOTH 5 TROWELEDPERIMETER �..0" C,-' T CONCRETE CURB �•'iURBAND GUTTER SHOWN) h� 'NOT INCLUDED IN BID ITEM W8" MIN 4Z I D . rs+"S -Gtr i.� ON JOINT B(0>^WATK ONLY FULL-CEPTH PREMOLDED yr sa=DF�,,m•,y / �•" � INT IN BOTH CURS AND JOINT FILLER ... S �SEE STD PLAN 101.1) EXPANSION JOINT '. QINTAND FINISH rt,4L` ^�c DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. + + PUBLIC WORKS CEMENT CONCRETE STD. PLAN — 102 7�4$ DEPARTMENT SIDEWALK rrlr �N.�o MAY 2009 rr dw NOTES: 1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing N or regulating the construction of public rights-of-way."according to the American Association of State Highway and Transportation Officials'(AASHTO) A Policy on Geometric Design of Highways and Streets. 2. Utilities shall be relocated outside the traveled way of the walkway. wr 3. Utilities that must remain are to be made non-slip through use of the[ lista proprietary system here J. Existing meter reading devices shall not be harmed by the application of[ this system J. 4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip. 5. Drainage appurtenances,such as manholes,catch basins,etc.will not be permitted in the sidewalk surface. These shall be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A pedestrian traffic control plan shall be submitted to the City for review. aw 9W law wr to air do it 2Y PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN — 102.1 w �A� DEPARTMENT CEMENT CONCRETE SIDEWALK MAY 2009 +Mr __EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) SAWCUT (SEE NOTE 2) t--. � �-to r•c, L.o V C.� ARTERIAL STREET MENIMUM 7" HMA (or ACF' Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: a�► I. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALT, BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN 101 FOR CEMENT CONCRETE CURBS. ti�Y a STD. PLAN - 103 PUBLIC WORKS CURB AND GUTTER , N2a� DEPARTMENT REPLACEMENT DETAIL_ MAY 2009 _._.__._____� ._._. _ BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) V MIN.-15'MAX. - - 6'MIN.-15'MAX. 10 LF OF PAVED r DRIVEWAY REQUIRED � f 318"EXPANSION JOINT(TYP.) - CEMENT (SEE STD.PLAN 102) CONCRETE SIDEWALK � o o a < Q a o a � w co err -/ SEE NOTE 7 - CEMENT CONCRETE RAMP WITH 12H:1V 8 CURB&GUTTER -- SLOPE(TYP.) (SEE NOTE 3) am 318"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR) (SEE NOTE 9) aw RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) &MIN.-15'MAX, (SEE NOTE 7) T MIN.-15'MAX. _ - _ SEE NOTE 8(TYP). j -10" IN. -10"MIN. -10"MIN. ow CEMENT CONCRETE 318"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) SECTIONtaw ( A } 112.R(TYP.) - L SIDEWALK WIDTH � VARIES 2%MAX. 10"MIN. DRIVEWAY SEE DETAIL ON STD PLAN 104,2 e1 o�� -cam SECTION CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) 10 LF OF PAVED re ti ti 3' IYiI DRIVEWAY REQUIREDy_ ti..,I7EP,L2E$p ONOU7HIC CEMENT SHEET 104.2) ONCRETE ,.:• T�:a.;,��,_•.:.icr:,•.:� y�- SIDEWALK TYPE C2-ISOMETRIC VIEW (30'WIDE COMMERCIAL) Z For NOTES see sheet 104.2 wr SY CEMENT CONCRETE DRIVEWAY SM. PLAN — 104 PUBLIC WORKS CEMENT ENTRANCE - TYPES Cl, C2 owDI DEPARTMENT C3 and C-MAX MAY 2009 fi0 0w BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:14'MIN.-20'MAX. RAMP(VARIES) 6'MIN.-15'MAX. 6'MIN.-15'MAX. 10 LF OF PAVED DRIVEWAY REQUIRED REQUIRED } 3/8"EXPANSION JOINT{TYP.) (SEE SD,PLAN 102) f CEMENT CONC.SIDEWALK o n i SEE NOTE i CEMENT CONCRETE B CURB&GUTTER 3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW RAMP(VARIES) 14 RAIN _ RAMP(VARIES) 5'MIN.-15'MAX. 6'MIN_-15'MAX. 20'MAX. SEE NOTE 8(TYP). �- 6"MIN. —j '• 6.' T 6"MIN_ CEMENT CONCRETE - 6"DMtN. 318"EXPANSION JOINT(TYP.) SIDEWALK SECTION O (SEE STD.PLAN 102) 112"R(TYP) SIDEWALK WIDTH � DEPRESSED CURB&GUTTER VARIES 2%MAX. (SEE NOTE 3) 6"MIN. DRIVEWAY SECTION ) 10 LF OF PAVED DRIVEWAY REQUIRED ;. CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) CEMENT CONCRETE -Z DRRIRESSED v6&GUTTER SIDEWALK d ,' ate"CSEE NOTE 3} TYPE R1 ISOMETRIC VIEW > (RESIDENTIAL) For NOTES see sheet 104.2 ~�Y O { PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD. PIAN - 104.1 DEPARTMENT ENTRANCE - TYPE R1 MAY 2009 rril wr CEMENT CONCRETE CURB 8 GUTTER (SEE NOTE 3) 10 LF OF PAVED DRIVEWAY REQUIRED GEMENT sq� s{3�p(j6S�tp tAONOLITHIC CONCRETEf �,cUr30$GUl TER SIDEWALK — riSEUE'TAILTHISSHEET) n:5'3�"'4*�•=Tom✓«.;, do "• ` Tr TYPE C28-ISOMETRIC VIEW (30WIDE COMMERCIAL,WITH BUFFER} NOTES I. When a Type R1 or RIB(residential)driveway width exceeds 15 feet,construct a full depth expansion joint with 3/8"joint fillerF� ACE 6F CURB along the driveway centerline(see std.plan 102). ConstructSEE© SEE DEPRESSED CURB DETAIL expansion joints parallel with the centerline as required at 15' CONTRACTIONJOINr 6 112` ON THIS SHEET maximum spacing when driveway widths exceed 34'" STD PLAN 102 s 12" 1' t!2`R. TOP OF 2. See std,plan 102 for sidewalk details. �- .N ROADWAY 3. Curb and gutter shown,other curb designs may be specified. f ll " I y� See std.plan 101 for curb details. ` 70" 4, Avoid placing drainage structures,junction boxes or other I n —!- obstructions in front of driveway entrances. 5. The engineer will design aft driveways to include elevations at all NOTE:DRIVEWAY LONGITUDINAL EXPANSION points marked with symbol"X". All elevations are at the driveway JOINTS SHALL BE FULL DEPTH finished surface. DEPRESSED MONOLITHIC CURB&GUTTER DETAIL 8. Driveways not constructed as dimensioned will not be accepted err by the owner. 7 a. Width of Type C1/C1B and alley entrances shall be 20'-0". Width of Type C2/C2B(2-lane commercial)entrances shall be 00 30'-0". Width of Type C31C3B(3-lane commercial)entrances shall be 38'-0". The expansion joints(see std.plan 102)shall -FACE OF ADJACENT CURB be spaced as shown in the corresponding isometric view. b. Maximum width of Type C-MAX or C-MAX with Buffer - GUTTER SURFACE to (industrial,Warehouse,and Shopping Center uses only)shall be 50'-0"but shall not exceed 40%of the street frontage. The 1"R expansion joints(see std.plan 102)shall be spaced as shown in the corresponding isometric view. ° o + 8, Slopes shall comply with sections R303.2.1 or R303,22 or R303.2.3 of the Public Rights of Way Access Guide(PROWAG). 9, Curb returns for any Type C-MAX Driveway maybe approved on P rr a case-by-case basis. DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Driveway Example: TYPE Ct I B R=Residential, C=CommercW / 1 Number of Lanes, (MAX=4 Lane CommerdaD B=Buffer(Planting Strip), Blank=No Buffer -- iw PUBLIC WORKS CEMENT CONCRETE ENTRANCES - STD. PLAN — 104.2 DEPARTMENT NOTES AND DETAILS MAY 2009 BID ITEM(INCLUDES SIDEWALK RAMPS) _ RAMP(VARIES) -- RAMP(VARIES) 6'MIN.-W MAX. V 1,4114�15 MAX. 10 LF OF PAVED DRIVEWAY REQUIRED 318"EXPANSION JOINT(TYR) (SEE STD.PLAN CEMENT CONC.SIDEWALK Y Y L0 3a 0 3 0 3 w A W w. w w � ¢" ? ¢ m > m > SEE NOTE 1 •� CEMENT CONCRETE 8 CURB 8GUTTER 318"EXPANSION JOINT(TYP.) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW RAMP(VARIES) VARIES RAMP(VARIES) Ta'MiN. 6'MIN.-16 MAY. 20'MAX, _-6'MIN.—1S MAX. SEE NOTE 8(TYP). L 6"MIN, �—"1 L-6"MIN. ' - 6'MIN. CEMENT CONCRETE 318"EXPANSION JOINT(TYP.) SIDEWALK SECTION OA _(SEE STD.PLAN 102) 12-R(TYP.)- SIDEWALK DEPRESSED CURB 8 GUTTER VARIES MAX, (SEE NOTE 3) _. 2°6 12WTV MAX. 6"MIN. DRIVEWAY � SECTION I B 1 10 LF OF PAVED DRIVEWAY REQUIRED yriv • CEMENT CONCRETE CURB 8 GUTTER (SEE NOTE 3) CEMENT CONCRETE 'z SIDEWALK wI REP) GU B T 8 GUTTER (SEE NOTE 3) M _ TYPE R18-ISOMETRIC VIEW =x (RESIDENTIAL,WITH BUFFER) For NOTES see sheet 144.2 STD. PLAN - 104.3 + � PUBLIC WORKS CEMENT CONCRETE DRIVEWAY _ � N�� DEPARTMENT ENTRANCE - TYPE R1 B mill 2009 wr BID ITEM(INCLUDES SIDEWALK RAMPS)___ o RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'441N.-15'MAX. I - -6MIN.-15'MAX. 10 LF OF PAVED ftl DRIVEWAY REQUIRED -� ----3l8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) - CEMENT CONCRETE to SIDEWALK A wr 7 E o o r ow w w w `n LLAw w m > to 7SEE NOTE 7 CEMENT CONCRETE B CURB&GUTTER (SEE NOTE 3) 3/8"CONTRACTION JOINT(TYP.) -/ (SEE STD.PLAN 102) err PLAN VIEW (TYPE C38 SHOWN,Cl B&C2B&C-MAX with buffer SIMILAR) (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. i RAMP(VARIES) J 6'MIN. 15'MAX. (SEE NOTE 7) 6'MIN.-151-MAX. E SEE NOTE 8(TYP). 10"MIN. -10"MIN. ow CEMENT CONCRETE 10"MIN. 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION (SEE STD.PLAN 102) ( A j 1r SEE OETAIL ON STO PLAN 104.2 112"R(TYP.) SIDEWALK AT dw DRIVEWAY VARIES 2%MAX. 12H:1` V MA)( rrr DRIVEWAY 318"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) SECTION For NOTES see sheet 104.2 1r CEMENT CONCRETE DRIVEWAY STD. PLAN — 104.4 �n PUBLIC WORKS ENTRANCE - TYPES CIB, C2B r �P DEPARTMENT C3B and C-MAX with BUFFER �r : MAY 2009 4110 r oma' = to 10 LF OF PAVED DRIVEWAY REQUIRED✓ " �1�� _SSE; ' NOLITHiC Li�l�$'Gt�TTER CEMENT .: e� $F QETAIL,SHEET 104.2) CONCRETE• _? " F 'a"�' r SIDEWALK z x CEMENT CONCRETE y CURB&GUTTER TYPE C3—ISOMETRIC VIEW may" (SEE NOTE 3) (3$'WIDE COMMERCIAL) -cam oz��o CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) 10 LF OF PAVED ;'j• w i` r DRIVEWAY REQUIRED s CEMENT �I]EPRSE tiIONOLITHIC CONCRETE _w �GURB&CZfJTTER SIDEWALK SHEET SHEET 104.2) . .�. 0- .. TYPE C38"-ISOMETRIC VIEW (3$ WIDE COMMERCIAL,WITH BUFFER) 1 CEMENT CONCRETE CURB&GUTTER SEE NOTE 3 10 LF OF PAVED to DRIVEWAY REQUIREDOEM. T�C-r, ' CEMENT •+u^'E ,.r''_.' _ I~;+ ``r CONCRETE - DEPRESSED MONOLITHIC SIDEWALK ' CURB&GUTTER r. (SEE DETAIL,SHEET 104.2) TYPE C-MAX-ISOMETRIC VIEW t (50'WIDE COMMERCIAL) (WITH OR WITHOUT BUFFER) For NOTES see sheet 104.2 ilk ��Y O CEMENT CONCRETE STD. PLAN - 104.5 PUBLIC CORKS DRIVEWAY ENTRANCES � Nza� DEPARTMENT _ VARIOUS ISOMETRIC VIEWS MAY 2009 �w J RAMP IS NORMAL TO CURB FACE TANGENT AND OPPOSITE FAR RAMP(fYP.) CEIAEN I CONC.SIDEWALK RAMP TYPE 1(IYP.) A f No 1 w I SIDEWALK r 5'.0. SIDEWALK I M/N DETECTABLE ow WARNING 318'EXPANSION PATTERN JOINT(TYP.)(SEEyy'' (SEE DETAIL) STD.PLAN 102) `�' - I \, --FACE OF CURB T' low ! \ \ U CURB, RB 10 AT FACE OF CURB AND G CUGUTTER --�--- CEMENT CONCRETE 2'-B• j� PLAN VIEW SIDEWALK RAMP TYPE t r"GtyO tw -- LAYOUT PLAN VIEW SEE NOTE 2 SIDEWALK RAMP TYPE 3 2'•Cr-DETECTABLE WARNING ("PATTERN(SEE DETAIL) t $'-O'MiN. 8'RAa.MP . LANDBJG RAMP ____..._...__ i TOP OF A RAMP 12%MAX, FLUSH 6— -ROADWAY g 1 CEMENT CONCRETE DEPRESSED . -'. • M SIDEWALK - CURB&GUTTER Al �' '`"�F'' B SECTION A (SEE NOTE 5) o - ::. ...• PLAN G SIDEWALK _ -� MIN. j D THIS PATTERN AREA SHALL TOP OF ELEVATION SE YELLOW IN COLOR ImAx— a // ROADWAY = DETECTABLE WARNING PATTERN DETAIL CEMENTCONCRETE SIDEWALK"' CEMENTCONCRM- CURB&GUTTER SECTION O (SEE NOTE 5) tifM „13 0.M144, NOTES 1- The bottom of the ramp shall have a landing area(not in excess of 2% _TOP OF in any direction)4'x 4'. 2%MAX. ROAOWAv 2. Layout requires two(2)of this bid item:"CEMENT CONC.SIDEWALK CEMENT CONCRETE J { RAMP TYPE 1". The bid item does not include the adjacent curb(or SIDEWALK CEMENT CONCRETE Curb&gutter),or sidewalk. 1CURB&GUTTER SECTION O (SEE NOTE 5) 3. The maximum allowable ramp slope is 12HAV.Flatter ramp slopes are permissible.Field verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions In front of ramp access areas. ill�t = g, Curb&gutter Is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. n S. See standard plan 102 for sidewalk Joint placement and details. 7, The engineer will design all ramps to Include elevations at all points marked with symbol"X". All elevations are at the finished surface. X. g. Ramps not constructed as dimensioned will not be accepted by the mr "` owner. ISOMETRIC VIEW I" PUBLIC WORKS PAIRED SIDEWALK RAMP PLAN 10 No * DEPARTMENT TYPE 1 MAY 2009 0 trlr to RADIUS POINT OF SIOEWALK RAMP AND CURB RETURN(TYP.)-SEE CONTRACT FOR RADIUS. A \ IIA \'\ SIDEWALK S•-Q„ \ J JIX DETECTABLE WARNING 318"EXPANSION _ PATTERN SIDEWALK_... \ ''o i i- JOINT(TYP,)(SEE— ^\ (SEE DETAIL) STD.PLAN 102} FACE OF CURB CURB,OR CURS AT FACE OF CURB '� ' AND GUTTER 1•- caossweuc- I CEMENT CONCRETE V PLAN VIEW SIDEWALK RAMP TYPE 1 AND RELATIONSHIP TO CROSSWALK PLAN VIEW AND LAYOUT SINGLE SIDEWALK RAMP TYPE 1 2'-0"-DETECTABLE WARNING 5'-0"MIN._ _ 3'-0"MIN, PATTERN(SEE DETAIL)- _ _I LANDING RAMP 1 - 2%MAX. o FLUSH ""TOP OF ROADWAY CEMENT CONCRETE- DEPRESSED SIDEWALK CURB R GUTTER SECTION O (SEE NOTE 5) A � RAMP � FFFFFF �',a' SIDEWALK N -_ 5'.6"MIN. Alfy ams ` s µc4B MIN. MAX. TJ — A 1 518" 2 3B" TOP OF > h L 2"6 MAX. !61 ( ! ROADWAY5reri* <K, B 518" 1 1(2 PLAN C 7116" 3J4" C CEMENT CONCRETE SIDEWALK -CEMENT CONCRETE - r^ D 718" 1 7116' CURB R GUTTER SECTION O (SEE NOTE 5) I 1 p -j �--- THIS PATTERN AREA SHALL ' ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL do v � J <t 3 ISOMETRIC VIEW For NOTES see sheet 105 Y '4 + PUBLIC WORKS SINGLE SIDEWALK RAMP STD• PLAN - 105.1 DEPARTMENT TYPE 1 r>wii MAX 2009 �r 318'EXPANSION JOINT MP.) (SEE NOTE 6) � C RAMP IS NORMAL TO CURB FACE TANGENT, AND OPPOSITE FAR RAMP(TYP) b 7�P OB TYP. RADIUS POINT OF CURB RETURN BG- DETECTABLE WARNING RAMP CENTERLINE �—PATTERN(IYP.) � —._"''-_`--'"-_ (..;'-`l-1 ( {SEE DETAiII b 1 'PT ! x ! OPTIONAL CEMENT CONCRETE 1 PEDESTRIAN CURB(TYP)---� 1 (SEE STO.PLAN 101) --SIDEWALK RAMP WING(TYP) 1 1 �w SIDEWALKRAMP - WING(TYP) r-'-RAMP CENTERLINE R-O a R- f- _ �- ��:w,:�t,=x_�-•'"`• ISOMETRIC VIEW ba N� , _ _ VARIES:7 b 2' '-0' E -6' 2'-6' 1 7. PC 0' l f� RAMP RAMP are"EXPANSION JOINT(TYP.) I �(TYP) (SEE NOTE 6) (— !--DETECTABLE WARNING 7.' XPANSI ! CROSSWALK (ATTERN(TVP.) (SEE WO,PLAN 102) `-LANDING SEE OETAIL PLAN VIEW SECTION O SIDEWALK RAMP TYPE 2 LAYOUT 6' SIDEWALK _DETECTABLE WARNING 5'-G'MIN, J PATTERN(SEE DETAIL.) SIDEWALK 2'-(r / TOP OF --�51-6'MIN.' e FLUSH -ROADWAY ow TOP OF m� 2°t.MAx_ el ROADWAY OPTIONAL CEMENT \ ,DEPRESSED �> f CONCRETE PEDESTRIAN- -CURB&GU7TER CURB(SEE STD.PIAN 101) -SIa�YVALKCONC- (SEE 1.07E 5) CEMENT CONC. SIDEWALK CEMENT CONCRETE CURB&GUTTER SECTION O (SEE NOTE 5) SECTION Og NOTES i 1. The bottom of the ramp shalt have a landing area(not in excess of 2%in any direction),4'-4'. 2, The paired type 2 ramp layout requires two(2)of this bid Item:"cement cone.sidewalk ramp type 2'. The bid item does not include the adjacent curb for curb&gutter),the sidewalk between ramps,or the cement cont,pedestrian curb. 3. The maximum allowable ramp slope is 12HAV. Flatter ramp slopes are permissible. Field verify the forms before pouring concrete. +M 4. Avoid placing drainage structures,junction boxes or other obstructions in front Of ramp access areas. 5. Curb&gutter is shown,seethe contract plans for the curb design specified. See standard plan 101 for curb details. 6. See standard plan 102 for sidewalk joint placement and details. AW 7. The engineer will design all ramps to include elevations at all points marked with symbol"X'.All elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 18'-0"or fess(when measured along the back of sidewalk)the height of the curb and sidewalk in this area shall be reduced proportionally. The,4'-0"minimum dimension shall never be reduced(See note 3). W� Al�n ySTD. PLAN - 106 o+ PUBLIC WORKS PAIRED SIDEWALK RAMP WIDEPARTMENT TYPE 2 +� 10 MAY 2009 RADIUS POINT OF SIDEWALK RAMP f AND CURB RETURN - ---__.. --.__-_-_ -- - --__.. -- t ,\ i \ f RAMP CENTERLINE \ C 2•_8 _ o ---- 318"EXPANSION JOINT(TYP.) � ^. (SEE NOTE 6) DETECTABLE WARNING B PATTERN(TAIL) �o• (SEE DETAIL) OPTIONAL CEMENT CONCRETE PEDESTRIAN CURB(SEE STD.PIAN 101) A -- = � ICU \ Q A RAMP CROSSWALK /C / B MIN. MAX. Al!! s - A 1 518" 2 318" �-FACE OF CURB 12, i/2" PLAN C 7116" 314" PLAN VIEW 6 --{ C O 718" 1 7116" SINGLE SIDEWALK RAMP TYPE 2 f�T LAYOUT AND RELATIONSHIP TO CROSSWALK D THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR VARIES: 7-6"toF DETECTABLE WARNING PATTERN DETAIL VARIES: T-0"1oE VARIES: T-0"toE_� ! RAMP RAMP RADIUS A7 FACE E F OF CURB t... t 20 FEET 10'-4 314" Zr-8 112" 7316"EXPANSION JOINT(TYP.) LANDING (SEE STD.PLAN 102) 30 FEET 8'-11 112" 3'-2 114" SECTION O 40 FEET 8'-4 112' 2'-11 314" 50 FEET 81-03/4, 2'-10 114" =x: 60 FEET T-10114" 2'-9314" 70FEET 7-83W 2'-9" x 80FEET 7'-7112" 2•-8314" 90 FEET 7'-6la' 2'.8114" 100 FEET T-6" 2'-6' - DIMENSIONS AT FACE OF CURS INTERMEDIATE RADII SHALL 13E INTERPOLATED ; ^ For NOTES see sheet 106 ISOMETRIC VIEW ti`�Y a �® PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PIAN - 106.1 DEPARTMENT TYPE 2 rw MAY 2009 wr A Sidewalk- im DETECTABLE PATTERN(TYP.)WARNING 3'-G'MIN. (SEE DETAIL) RAMP(TyP) IF RADDIUSCURB POIN RETURNT OF SIDE WALK RAMP wII o {,-,I_.._ .I AN Ep!! (SEE STD.PLAN 102) ——— - -- -- - -- - -I —— -- — — 3/8"EXPANSION JOINT— \X—RAMP IS NORMAL TO CURB FACE PT TANGENT,AND OPPOSITE FAR RAMP 2'-0" TY P.. go I 2O CURB,OR CURB AND GUTTER (OPTIOPEDESTRIAN AEDCEMENT CONCRETE PL)ESTRIAN CURB P) T-O"MIN. RAMP(TYP) PLAN VIEW PAIRED SIDEWALK RAMP TYPE 3A LAYOUT fAw CEMENT CONCRETE SIDEWALK 3'-D'MIN. L PC 5'-D" BUFFER STRIP TOP OF 2%MAX- v 2%MAX. ROADWAY CROSSWALK /—RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP CEMENT CEMENT CONCRETE CONCRETE CURB&GUTTER SIDEWALK SECTION O (SEE NOTE 5) 3' O'MIN- 5'-G"MIN. 31-(r MIN'. RAMP w LANDING RAMP ir 11w318EXPANSION JOINT((YP.) (SEE STD.PLAN 102) ISOMETRIC VIEW SECTION ow For NOTES see sheet 1071 PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PIAN — 107 iw DEPARTMENT TYPE 3A MAY 2009 ow + 31W EXPANSION JOINT (SEE STD.PLAN 102) DETECTABLE WARNING -•:e" S PATTERN(TYP.) (OPTIONAL) 61gW (SEE DETAIL) F CEMENT CONCRETE--,, •p. pEOESTRtAN CURB C —CURB,OR CURB 3'-0"MIN. RAMP(TYP)� AND GUTTER LANDING 3' 0'MiN 2•o, d 3 ( - � - WARNINGS-0' RAMP PATTERN(SEE DETAIL) 2% ' FLUSH / _TOP% W MAX. a / ROADWAY b � B DEPRESSED 6 (OPTIONAL)CEMENT -•CURB&GUTTER C?- CONCRETE PEDESTRIAN (SEE NOTE S) (� CURB(SEE STD.PLAN 101) q ( , S$WALk J T— SECTION O PLAN VIEW SINGLE SIDEWALK RAMP TYPE 3A LAYOUT A {� `RAMP t h•�^(I z. oxo, Lam.°a. xa c.. A] r „�—6 MIN. MAX. 4W A 1516' 2 318' PLAN C 7/16* 314• .,i C 0 718, 17118' _ ....I i..__.. THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL 111111111 NOTES 1. The bottom of the ramp shall have a landing area (not in excess of 2%in any direction) 4'x 4'. 2. The paired type 3A ramp layout requires two(2) of this bid item; `CEMENT CONC.SIDEWALK RAMP TYPE 3A". The bid Item does not include the adjacent curb (or curb&gutter} ,the sidewalk between ramps,or the cement co=pedestrian curb. 3. The maximum allowable ramp slope is 12H:1 V.Flatter ramp slopes are permissible.Field verify the forms before pouting concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. 8, Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. 6. See std.plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to include elevations at all points marked with symbol"X'. All elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 10'-0"or less (when measured along the back of sidewalk) the height of the curb and sidewalk shall be reduced proportionally.The 4'-0"minimum dimension shall never be reduced (see note 3) A®� PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN - 107.1 DEPARTMENT TYPE 3A ttCi ��NT� MAX 2009 r CENTER LINES e ® • o • • o • e • • 0 • • o o • • o o---L4" • 3 • • • • • • • o •�• • • • • • o } "" 30' 4" YELLOW TYPE LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) • e • • i • i 0 4 YELLOW TYPE I LINE MARKERS `w SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE '!Id' LINE MARKERS (REEL.) am TWO—WAY LEFT TURN LANE to - i • • 0 i i • i i • r O • • • i • ! i do 9' �- 15' � 3 12, 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) m 4" YELLOW TYPE 'I' LINE MARKERS ® • • • s • • • 0 • • • i • • • i • i • • • • 0 • ! O im NUMBER OF 2— WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH - 250' 0.C. o SPEED LIMIT 40-45 MPH -- 300' O.C_ m n ; PUBLIC WORKS CHANNELIZATION STD. PLAN — 109 DEPARTMENT MARKERS DETAIL MAY 2009 +r APPROACH LINE 13' �- 24' 4" WHITE TYPE I' LINE MARKERS 4" WHITE TYPE lie' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH ONE LENGTH ARROW LOCATIONS OR Nw 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERNALS as SKIP APPROACH LINE .o i t i t 3 S t — 11' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' mi LINE MARKERS (REEL.) LANE LINE 4" t �- 9, 15 I 3 '- 4" WHITE TYPE 'I' LINE MARKERS \ 4" WHITE TYPE 'He' LINE MARKERS (REFL.) ti�Y a �'+_►®`�' PUBLIC WORKS CHANNELIZATION STD. PLAN — 109.1 DEPAR'T'MENT MARKERS DETAIL MAY 2009 sr MIN 1 1 -VARIES MINI MIN MIN MIN r rr � I I srr � 2" HMA OR ACP CLASS 'B'—/ FACE OF CURB OR EDGE OF PAVEMENT / I TRAFFIC FLOW �Ir / CENTER LINE OR 2" TO 6" HMA OR ACP CLASS 'B' I I LANE LINE trr I cwt 6.5' MIN. 2" DEPTH OF GRIND OR SAWCUT AND REMOVE rr VARIES: 6.5' MIN. 7 1 - VARIES 1 1' "DEPTH OF EXISTING PAVEMENT MIN ( M1N MIN MIN �w I HMA OR ACP CLASS 'B' (SEE NOTE 2) /ZHMA�_� R ACP CLASS �- 6" CRUSHED SURFACING TOP COURSE, 2" SAWCUT AND REMOVE COMPACT TO 95% MODIFIED PROCTOR. OR GRIND, SEAL WITH AR-4000W. Illfl CRUSHED SURFACING TOP COURSE, OR NATIVE MATERIAL IF APPROVED IN WRITING BY THE ENGINEER, COMPACT TO 95% WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR. IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF - PIPE ZONE BEDDING. MATERIAL AND COMPACTION NEEDED, SHALL MEET THE REQUIREMENTS OF WSOOT AS REQUIRED BY THE WSDOT STANDARD STANDARD SPECIFICATION 7-0$.3(1)9 — -- ----- ---- SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT sn► INSTALLED. FOR NOTES, SEE STANDARD PLAN 110.1 i1>Ilr �'�► PUBLIC WORKS TYPICAL TRANSVERSE PATCH STD. PLAN - 110 DEPARTMENT FOR FLEXIBLE PAVEMENT MAY 2009 Irr LANE LINE MARKING 3' MIN. 3' MIN. (SEE STD PLAN 110.2) VARIES: 4.5' MIN. (SEE STD PLAN 110.2) I -DEPTH OF EXISTING PAVEMENT �_ Illi r - HMA OR ACP CL. 'B' (SEE NOTE 2) / MIN. MIN. 6" CRUSHED SURFACING TOP L 2" HMA OR COURSE, COMPACT TO 95% / ACP CLASS 'B' MODIFIED PROCTOR 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, EDGE -- OR GRIND, SEAL WITH OF CURB & GUTTER, OR AR-400OW CENTER OF LANE MARKING F F CRUSHED SURFACING TOP COURSE, OR NATIVE MATERIAL IF APPROVED IN WRITING WIDTH OF TRENCH AS REQUIRED BY SIZE OF BY THE ENGINEER, COMPACT TO 95% PROPOSED IMPROVEMENT (SEE WSDOT MODIFIED PROCTOR STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL AND NEEDED, SHALL MEET THE REQUIREMENTS OF COMPACTION AS REQUIRED BY THE WSDOT STANDARD SPECIFICATION 7-08.3(1)B -� WSDOT STANDARD SPECIFICATIONS FOR will THE TYPE OF IMPROVEMENT INSTALLED W NOTES: 1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR DETERMINING PAVEMENT THICKNESS. 2. MINIMUM THICKNESS AND MATERIAL SHALL BE: PRINCIPAL/MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - 6" HMA OR ACP CLASS 'B',- RESIDENTIAL B';RESIDENTIAL ACCESS STREETS - 2" NMA OR ACP CLASS 'B'; ► IN NO CASE SHALL THE THICKNESS BE LESS THAN THAT OF THE EXISTING PAVEMENT SECTION. 3. AT THE DISCRETION OF THE ENGINEER, A FULL STREET WIDTH OVERLAY MAY BE REQUIRED. PUBLIC WORKS TYPICAL LONGITUDINAL PATCH STD. PLAN - 110.1 DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT rr FN�o MAY 2009 rr LANE I LANE i LANE I I I -- I 2 MIN. I , r aw rx ! " a w w a I iwe 3 Aov. ! �. 3 MrN { -'INITIAL 2" DEEP SAWCUT OR GRIND, AND Ir ' LIMIT OF FINAL OVERLAY (SEE NOTE 3) EDGE OF EXISTING PAVEMENT .}• `--EDGE OF TRAVELED LANE (EDGE STRIPE) '-3. M/ I ---" VARIES: 4.5 MIN. (SEE STD PLAN 110.1) CENTER OF ANY MARKED LANE LINE, PROVIDE NEW CHANNELIZATION AFTER OVERLAY { SECONDARY FULL DEPTH SAWCUT FOR --- - PROPOSED TRENCH I ! r LANE i LANE I LANE FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 .�Y . PUBLIC WORKS REQUIRED SAWCUT, GRIND AND STD. PLAN — 110.2 DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES FN p MAY 2009 +r HMA OR ACP CLASS 'B' OVERLAY 2" MIN. SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES AS PORTLAND CEMENT AND IN STRAIGHT LINES AS DIRECTED BY THE ENGINEER CONCRETE DIRECTED BY THE ENGINEER PORTLAND CEMENT REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT 3/4" DIAM. X 12" LONG EPDXY COATED DOWEL BARS @ 18" ON CENTER ON 3/4" DIAM. X 12" LONG ALL SIDES OF OPENING I� I I EPDXY COATED DOWEL BARS @ 18" ON CENTER ON MIN. 6' MIN_ ALL SIDES OF OPENING ` 12" EXISTING COMPACTED BASE F12� SIDE OF TRENCH MIN SIDE OF TRENCH COMPACTED CRUSHED SURFACING TOP COURSE. COMPACTED TRENCH BACKFILL AS DIRECTED BY THE ENGENEER WITH ASPHALT CONCRETE OVERLAY WITHOUT ASPHALT CONCP,ETE_ OVERLAY CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: �W► Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements Local Access without Bus Route No No Local Access with Yes Yes Bus Route Intersection (Al Yes Yes Plus one panel beyond Streets) the curb return 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of oil streets in CBD any panel needs to be any panel needs to be and all bus route patched patched PUBLIC WORKS TYPICAL PATCH FOR RIGID STD. PLAN - 121 DEPARTMENT PAVEMENT PATCHING AND RESTORATION DETAIL MAY 2009 r� GENERAL NOTES: 1. Mailbox CBU foundation width shown is for one CBU. See the instructions supplied with the CSU unit for multiple CBUs. 2. See std.plan 102 for sidewalk details. 3. Curb and gutter shown,other curb designs may be specified. See standard plan 101 for curb details. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of mailbox locations. 5. Walkway widening and mailbox foundation not constructed as dimensioned will not be accepted by the owner. BID ITEM _ --_ 4'-4" I -�7'-2112"MINIMUM _4'-4" (SEE NOTE 1) 318"EXPANSION JOINT 318"EXPANSION JOINT(TYP.) (SEE NOTE 1) (SEE STD.PLAN 102) CEMENT CONCRETE MAILBOX FOUNDATION. nir CEMENT CONCRETEr DEPTH AND REINFORCING BAR SHALL BE AS SIDEWALK ( f^BROOM FINISH PERREQUIRED BY UC17Y OF RENTON STD PLAN 102. < n Q n w r-----1 w CEMENT CONCRETE f q T 3/8"EXPANSION JOINT(TYP.) CURB&GUTTER1 -0"(tYp)_ (SEE STD.PLAN 102) (SEE NOTE 3) \ 1 _0^(typ)_ 5"X 4"POST OF THE SAME MATERIAL AND FINISH AS THE CBU. (4)112"X 13"ANCHOR BOLTS SHALL BE CAST _DOOR SIDE OF INTO SLAB PLUMB IN A 4"X 10^CONFIGURATION TYPE IV CBU CENTERED ON THE CBU CENTERLINE IN THE DIRECTION SHOWN. (POSTS AND ROOF TO BE PROVIDED BY OTHERS) PLAN VIEW -CURB(NOT INCLUDED IN BID ITEM) WALKWAY BYPASS AT MAIL CLUSTER BOX UNIT(CBU) 6-0 i TYPE IV CLUSTER BOX UNIT I (Salsbury Model 113313) � 1 t t rlK t t z � � FLUSH 112^R(TYP.) - t _ `O i i1/2^ CURB&GUTTER 2%MAX j (SEE NOTE 3) + 318"EXPANSION JOINT(TYP.) f (SEE STD.PLAN 102) fir � CEMENT CONCRETE MAILBOX FOUNDATION. DEPTH AS REQUIRED BY MANUFACTURER. SECTION OA PUBLIC WORKS MAILBOX UNIT AND STD. PLAN - 1i2 DEPARTMENT SIDEWALK WIDENING Y 20 MAY 09 .r NOTES RISER RING DIMENSIONS APPROXIMATE > 7. Dimensions may vary according to manufacturer. t512Ej inWEIGHTS t ' z 3" 2. Base to be placed on a well compacted foundation. CASE 50 LBS 1 Monument case to be installed by contractor. COVER 19 LBS 4, See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place in TOTAL 79 LBS 2"O.D.galvanized pipe. 4 5/8- R. I i 1 8" DIAM. .o D I,3/ � i1,11A - CONCRETE(AS1 � 1*0� .D _ 11" DIAM. N -31 4" R,7/8R3 3� R. 'SECTION COVER St 4" R, •n 4 3/4' R. 1,L21 t I y f C 1 3/4" PLAN VIEW I �- in ACP Class 8, or as approved by =� the Engineer. ( V —~ 4" R. n3 r 5 314"R. - n 111 ` t SECTION 4 _ CASE CONCRETE BA S£- i,��V, ,, ', ''�..� I 10 1 2" DIAM. SAND - _9 _DIAM. ISOMETRIC UNDISTURBED SOIL /, -� r - I GROUT 2'O.D.GALVANIZED STEEL PIPE-NOTE 0 A A SECTION INSTALLATION 8" DIAM.x!-� I 9" DIAM. SECTION SECTION OF LETTER RISER RING 4tY STD. PIAN - 113 PUBLIC WORSTS MONUMENT CASE -° DEPARTMENT AND COVER MAY 2009 to 3' I6,. SCORE f_dNE (TY... _. wa wo TYPE A ow SCORE LINE (TYP).. Is B7'-o" -- B L_ 3'-6' �J A---� TYPE B NOTE: CONCRETE SHALL BE 3000 PSI MIN. 0 28 DAYS, STEEL TROWEL SURFACE WITH rr BROOM FINISH (SEE STD PLAN 102) #4 BARS @ 18"OX. EACH ',NAY, CENTERED IN SLAB SLOPE OF SURFACE TO MATCH rrr THAT OF ADJACENT SIDEWALK FLUSH WITH ADJACENT SLOPE OF SURFACE TO MATCH THAT OF ADJACENT SIDEWALK C SURFACE ON ALL SIDES fj11 Zi 6.. (TYP) T I ;. SECTION A—A SECTION B—B a. we ��+i► �+ PUBLIC WORKS BUS SHELTER STD. PLAN — 114 DEPARTMENT FOOTING aw � � MAY 2009 rrr Y ff m PIPE ALLOWANCES 3 o MAXIMUM PIPE MATERIAL INSIDE FRAME AND VANED GRATE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP* (STD.SPEC.9-05.20) 2" S• SOLID WALL PVC 6 (STD.SPEC.'5-05.12(1)} 15" fPROFILE WALL PVC 1S. 6'OR 12" (STD.SPEC.9-05.12(2)) *CORRUGATED POLYETHYLENE STORM SEWER PIPE ONE 03 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12*HEIGHT RECTANGULAR ADJUSTMENT SECTION ftl 0��61 rsc��0 Fsj NOTES �Pl \ 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION,fibers(placed according to the Standard Specifications),or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. #3 BAR EACH CORNER z 2. The knockout diameter shall not be greater than 20". Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5" N minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed,fill the gap with joint mortar in accordance #3 BAR EACH SIDE with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. v 93 BAR EACH WAY--- 4. The frame and grate must be installed with the flange down. PRECAST BASE SECTION 5. The Precast Base Section may have a rounded floor,and the walls may be sloped at a rate of 1.24 or steeper. 6. The opening shall be measured at the top of the precast base section. Ila 7. At)pickup holes shall be grouted full after the basin has been placed. 8. All grade rings and castings shall be set in mortar in accordance with Standard Specification 9-04.3. lot #3 BAR EACH CORNER 18"MIN. t 03 BAR HOOP SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION PUBLIC WORKS CATCH BASIN TYPE 9 STD. PLAN - 200.00 DEPARI'MENT MARCH 2008 PIPE ALLOWANCES 3 N X MAXIMUM PIPE MATERIAL INSIDE i PLAIN CONCRETE DIAMETER m REINFORCED OR 18• n FRAME AND VANED GRATE ALL METAL PIPE 21" CPSSP* 18' (STD.SPEC."5.20) ,jp; "'4• SOLID WALL PVC 27_ 2A 20, (STD.SPEC.9-05.12(l)) PROFILE WALL PVC 21' (STD.SPEC.9-05.12(2)) *CORRUGATED POLYETHYLENE STORM SEWER PIPE S. OR 12" NOTES rrr 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION,fibers(placed according to the Standard Specifications),or ONE 03 BAR HOOP FOR 6"HEIGHT wire mesh having a minimum area of 0.12 square inches per foot shall TWO#3 BAR HOOPS FOR 12"HEIGHT be used with the minimum required rebar shown in the ALTERNATIVE till PRECAST BASE SECTION. Wire mesh shall not be placed in the RECTANGULAR ADJUSTMENT SECTION knockouts. 2. The knockout diameter shall not be greater than 26". Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. as 3s, After the pipe is installed,fill the gap with joint mortar in accordance 2A 20' with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert A�rr shall be 5'. 4. The frame and grate must be installed with the flange down. 6" 5. The Precast Base Section may have a rounded floor,and the walls may be sloped at a rate of 1:24 or steeper. ill TWO 03 BAR 6. The opening shall be measured at the top of the precast base section. HOOPS REDUCING SECTION 7. All pickup holes shall be grouted full after the basin has been placed. ur 8. All grade rings and castings shall be set in mortar in accordance with Standard Specification 9-04.3. #3 BAR HOOP #3 BAR EACH CORNER 18'MtN. F Am #3 BAR < EACH CORNER #3 BAR dw EACH SIDE iv 1� #3 BAR EACH WAY SEE NOTE 1 PRECAST BASE SECTION ALTERNATIVE PRECAST SASE SECTION we 4�Y � PUBLIC WORKS CATCH BASIN TYPE 9L STD. Pix - 200.10 so ,Q=° � DEPARTMENT FN�O MARCH 2008 ;r rrli N Y Q m NOTES z 1. As acceptable alternatives to the rebar shown in the PRECAST BASE FRAME AND VANED GRATE SECTION,fibers(placed according to the Standard Specifications),or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the ,?o, knockouts. Za 2p. 2, The knockout diameter shall not be greaser than 18". Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum, Provide a 1.5" 6 s, minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed,fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 6"OR 12", 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. ONE#3 BAR HOOP FOR 6'HEIGHT 4. The frame and grate must be installed with the flange down. TWO#3 BAR HOOPS FOR 12'HEIGHT 5. The Precast Base Section may have a rounded floor,and the walls may RECTANGULAR ADJUSTMENT SECTION be sloped at a rate of 1:24 or steeper. 6. The opening shalt be measured at the top of the precast base section. 0 46;r, J 7. All pickup holes shall be grouted full after the basin has been placed. 8, All grade rings and castings shall be set in mortar in accordance with Standard Specification 9-04.3. a #3 BAR EACH CORNER to 43 BAR HOOP 260,t�01 O o• t3ac� Mil, 93 BAR EACH SIDE #3 BAR EACH WAY �v PRECAST BASE SECTION #3 BAR EACH CORNER 18"MIN. #3 BAR HOOP z SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION PUBLIC WORKS CATCH BASIN TYPE '1 P STD. PLAN - 200.20 DEPARTMENT (FOR PARKING LOT) �N.�o MARCH 2008 ara ■r g m z i 0 FRAME AND VANED GRATE PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER a 2p. REINFORCEO OR 1 PLAIN CONCRETE 12' ill 5 S' ALL METAL PIPE 15" CPSSP* 12` (STD.SPEC.9-05.20) 6^OR 12' SOLID WALL PVC 15' (STD.SPEC.9-05.12(1)) PROFILE WALL PVC 15" ONE 43 BAR HOOP FOR 6"HEIGHT (STD.SPEC.9-05.12(2)) TWO#3 BAR HOOPS FOR 12^HEIGHT CORRUGATED POLYETHYLENE STORM SEWER PIPE RECTANGULAR ADJUSTMENT SECTION /sFF4b J s s; rlr NOTES #3 BAR EACH CORNER ' N 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION,fibers(placed according to the Standard Specifications),or #3 BAR EACH SIDE wire mesh having a minimum area of 0.12 square Inches per foot shalt TOP AND BOTTOM be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the ONE#3BAR knockouts. ACROSS BOTTOM 2. The knockout diameter shall not be greater than 18". Knockouts shall as PRECAST BASE SECTION have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1,5" minimum gap between the knockout wall and the outside of the pipe. After the pipe Is Installed,fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert as shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. rtir 5. The Precast Base Section may have a rounded floor,and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. #3 BAR EACH CORNER 7. All pickup holes shall be grouted full after the Inlet has been placed. Jfi 18'MIN. #3 BAR HOOP SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION { + PUBLIC WORKS CONCRETE INLET STD. PLAN - 200.30 .1111 �� DEPARTMENT FN�a MARCH 2008 to 3 i CATCH BASIN FRAME AND VANED GRATE(DETAIL 204.00) r m HANDHOLD ° m RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION w tO GROUT,TYPICAL(SEE NOTE 5) U Z FLAT SLAB TOP z U z 48',W.W.72,ab•OR W MORTAR(TYP.) `o N STEPR LADDEOER 0 MORTAR FILLET• � � � � REINFORCING STEEL(TYP.) 92' GRAVEL BACKFILL FOR i PIPE ZONE BEDDING WWI SEPARATE BASE INTEGRAL BASE ' CAST-IN-PLACE PRECAST WITH RISER 'O'RING f2' GRA1F_L BACKFILL FOR b� PIPE ZONE BEODfNG SEPARATE BASE CATCH BASIN DIMENSIONS PRECAST MINIMUM BASE REINFORCING S T EEL CATCH WALL BASE MAXIMUM DISTANCE m BASIN THICKNESS THICKNESS KNOCKOUT BETWEEN lit.IN EACH DIRECTION DIAMETER SIZE KNOCKOUTS SEPARATE BASE INTEGRAL BASE 48' 4• 61 36• 8" 0.23 0.15 y1. 4.5• 8" 42^ 8" 0.19 0.19 60' 5• 8" 48" 8" 025 0.25 72' 6" 8" 60" 12` 0.35 0.24 B4^ 8• 12" 72" 12" 0.39 0.29 38• 8" 12" 84" 12' 0.39 0.29 NOTES PIPE ALLOWANCES IAL WITH MAXIMUM INSIDE DIAMETER I. No steps are required when height is 4'or less. ca:cH PIPE MATER_ 2 BASIN ALL SOLID PROFILE The bottom of the precast catch basin may be sloped to facilitate cleaning. DIAMETER CONCRETE METAL CPSS p WALL WALL WAC 2Q PVC 3. 30 The rectangular frame and grate must be installed with the flange down. 48" 24' 30' 24" 2r 30' 4, The frame may be cast into the adjustment section. 54" 30" 36• 30" 27' 36" Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide 60• 36 42" 36 36" 42" a 1.5"minimum gap between the knockout wall and the outside of the pipe. After 72' 42' 54" 42" 36' 48' 5. the pipe is installed,fill the gap with joint mortar in accordance with Standard . 5a 60' S4' 36" as Specification 9-04.3. 96" 60" 72" 60" 36" 48" All grade rings,risers,and castings shalt be set in mortar in accordance with (p,Corrugated Polyethylene Storm Sewer Pipe(Std.Spec.9-05.20) Standard Specification 9-04.3. (Std.Spec Q(Sid.Spec.M5.12(2)) ��Y o PUBLIC WORKS CATCH BASIN TYPE 2 STD. PLAN — 201.00 DEPARTMENT �tN�p MARCH 2008 N Y K } 7 O FRAME AND VANED GRATE �u SEE NOTE 4 Y CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE GROUTED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION. ADJUSTMENT SECTION I rrr F BASE SECTION NOTES 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE GROUTED TO FINAL GRATE UNTIL THE FINAL ELEVATION OF THE PAVEMENT,GUTTER,DITCH,OR rrr SIDEWALK IN WHICH IT IS TO BE PLACED HA8 BEEN ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO GROUT OR GRATING IN PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION 7-05.3. rr 2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED, 3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR Y2 BOND. irtr �Y + PUBLIC WORKS CATCH BASIN INSTALLATIONSTD. PLAN - 202.00 DEPARTMENT �'NTQ MARCH 2008 5 1/2 �5 1-R ry LEVEL HOOD 1 jj 1'MiN m 112'MIN. Y S OPENING HEIGHT 4-M1W a 70P OF GRATE di SEE,NOTE 9 FRAME DETAIL SECTION O CATCH BASIN =r 29'MIN. =3' 1'MM. 20 114' (=0.25') TYP GRATE o a SEE NOTE 4 34`(WIDE SIDE) Iv �(TYP.} CATCH BASIN TYPE 1 SEE NOTE 2 (TYP.) { z 4 _ =40(WIDE SIDE) CATCH BASIN TYPE 1L SEE NOTE 1 TOP VIEW SECTION OA FRAME DETAIL NOTES 1. The asymmetry of the Combination Inlet shall be considered when calculating the offset distance for the catch basin. See SECTION A. JIM 2. The dimensions of the Frame and!-food may vary slightly among dif- ferent manufacturers. The Frame may have cast features intended CURB OR CURB AND GUTTER to support a grate guard. Hood units shall mount outside of the Frame. The methods for fastening the Safety Bar/Debris Guard Rod MATCH TOP OF HOOD / TO TOP OF CURB(TYP.) to the Hood may vary. The Hood may include Casting lugs. The top / of the Hood may be cast with a pattern. HOOD 3. Attach the Hood to the frame with two 3/4"x 2"hex head bolts,nuts, LL and oversize washers. The washers shall have diameters adequate SOA ETTTY BAR DEBRIS GUARD to assure full bearing across the slots. 20'x 24'VANED GRATE 4. When bolt-down grates are specified in the contract,provide two FRAME holes in the frame that are vertically aligned with the grate slots. Tap each hole to accept a 5/8"x-I I NC x 2"alien head cap screw. t Location of bolt-down holes varies among different manufacturers. See BOLT-DOWN DETAIL 5. Only ductile iron Vaned Grates shall be used. 6. This plan is intended to show the installation details of a manufac- tured product. It is not the intent of this pian to show the specific ISOMETRIC VIEW details necessary to fabricate the castings shown on this drawing. PUBLIC WORKS OPEN CURB FACE STD. PIAN - 203.00 i DEPARTMENT FRAME AND GRATE ��Nta INSTALLATION DETAIL MARCH 2008 29 7!4' in 411111111 z BOLT-DOWN HOLE(TYP) 5/8"-11 NC,SEE DETAIL&NOTE 2 to A N C g 1 I TOP NOTES 1 This frame is designed to accommodate 20"x 24"grates or covers 2. Provide two holes in the frame that are vertically aligned with t he grate or cover slots. Tap each hole to accept 24114" a 5/8"-11 NC x 2"alien head cap screw. rir Location of bolt down holes varies among different a manufacturers. a.Refer to Standard Specification 9-05.15(2)for additional requirements. SECTION AJ RECESSED ALLEN _w HEAD CAP SCREW 716*1 118• 518"-11 NC x2' dw 3/4" cRa7e ISOMETRIC VIEW +4"r 's 1 518' FRAME m w 0 k 2112" SECTION DETAIL O BOLT-DOWNZDETAIL SEE NOTEPUBLIC WORKS RECTANGULAR FRAME STD. PIAN 204 00 sr �=`��� DEPARTMENT it+�,rp MARCH 2008 Wrr 24" 3 � w Y 1 z Illlti s w N Y f z tt SOLT-DOWN SLOT-SEE N DETAIL AND NOTE 1 C I 2 112"DtA .H E 20 B TOP SECTION O . NOTES 1• Provide two slots in the cover that are vertically aligned with the holes in the frame.Location of bolt-down slots 10 � a 3r4" 11n• varies among different manufacturers. m� 2. Alternative reinforcing designs are acceptable in lieu of the rib design. No 3. Refer to Standard Specification 9-05.15(2)for additional T_ requirements 39'R-SEE NOTE 2 a. For Frame details,see City of Renton ilk SECTION O Standard Plan 204.00. 10 s• �\3112. OQ OQQ 112" Al Q��Q�QQQ lrlf 314' QQ.®Q�ipQv'Q�QQQQQQ s1e 31a' QQQQQQQ©OQQQQQQQ Qom' 4• 1 114• �OQ'©�QQ�'QQpO�QQ�Q�'GQpQ,d --# �--314"DIAM.HOLE QQQQ�QQQQQQQQQQ,QQf/QQfj�yL> 1112' 1/2'DIAM.HANDLE 5 .OQ �-Qp,�����������Q Irli SECTION C 7 Jf � QQQ ISOMETRIC BOLT-DOWN SLOT DETAIL SEE NOTE 1 PUBLIC WORKS RECTANGULAR SOLID STD. PLAN -- 204.14 DEPARTMENT METAL COVER ��N2p MARCH 2008 irr AAO 7� SLOT-SEE DETAIL 5 AND NOTE I 5YU R Iwo 20 at cc Ila OUTFALL TO STR TOP SECTION 1W 24" 7 OR 8 EQUAL SPACES im F _DIRECTION OF FLOW T_ SECTION 1/2 3"11 1 114" 518 BOLT-DOWN SLOT DETAIL. in SEE NOTE I NOTES 1- Provide two slots in the grate that are vertically aligned 60 with the holes in the frame.Location of bolt-down slots varies among different manufacturers. ISOMETRIC 2.Refer to Standard Specification 9-05.15(2)for additional 110 requirements. 3. Unless otherwise specified,vaned grates shall be used with standard frame in the travel way,gutter or shoulder.vaned grates shall not be located 111111110 within crossroads.Use vaned grates along rolled curbs. PUBLIC WORKS RECTANGULAR STD. PLAN - 204.20 DEPARTMENT VANED GRATE MARCH 2008 C=MOIi Mr e 0 i� SLOT SEE DETAIL M AND NOTE I T I F—:4 W za > z Will JTFALL TO STREAM TOP SECTION BO 24' �AL SPACES 4 EQUAL SPACES s z SECTION O 1u 1 1/4' Elm BOLT-DOWN SLOT DETAIL SEE NOTE 1 mr NOTES Provide two slots in the grate that are vertically aligned i. with the holes in the frame.Location of bolt-down slots varies among different manufacturers. ISOMETRIC 2. Refer to Standard Specification 9-05.15(2)for additional requirements. 3. Use only on sags and vertical curbs locations. 4.Unless otherwise specified,vaned grates shall be used with standard frame in the travel way,gutter or shoulder.vaned grates shall not be located within crossroads.Use vaned grates along rolled curbs. STD. PLAN - 204.30 PUBLIC WORKS RECTANGULAR BI-DIRECTIONAL DEPARTMENT VANED GRATE MARCH 2008 ,SLOT-SEE DETAIL to AND NOTE 1 1"OPENING P-) 0 N� No �7, W ON Z 0 L_qUTFA[E T13 STRFAV4) (DOW i501LUT 3,'8"(9rnm)RECESSED TOP LETTERING NOTES I- Provide two slots in the grate that are vertically aligned With the holes in the frame. Location of bolt-down slots varies among different manufacturers. 2. Refer to Standard Specification 9-05.15(2)for additional requirements. wr 3- The thickness of the grate shall not exceed 1 5/8". 4.Unless otherwise specified,vaned grates shall be used with standard frame in the travel way,gutter or shoulder.vaned grates shall not be located within crossroads.Use vaned grates along rolled curbs. ——---------- 1 114" I-------------– D iw BOLT-DOWN SLOT DETAIL ISOMETRIC SEE NOTE I go PUBLIC WORKS RECTANGULAR STD. PLAN — 204.40 No DEPARTMENT HERRINGBONE GRATE MARCH 2008 112'[13mm)LETTERING BOLTHOLES-3 PLCS EQUALLY SPACED 120° V1 gIN APART ON 23 1116"(586mm)DIA B.C. Y naivo/w MUM a Y RENTON 14, AHEAD OF THE CURVE q e� W'.., DRAIN (1)1'(25mm) DIA PICKHOLE COVER BOT'T'OM VIEW 1 114"132mm]LETTERING ' PLAN VIEW 25"OIA. (3)BLT SOC.(ALLEN HEAD) 1635mm) 1" 5)81-11 X I'5 SS (25mm) RUBBER WASHER 314"IF :_. [19mm) .:. 8 2 112- Ih" ^tl— [22222mm1 (64m4mm] TYP COVER SECTION VIEW EON BOLTING DETAIL _ 26 112'DIA wY [673mm) 25 114•DIA [641mm) 111161 [27mm] 14'(Smm)DIA r NEOPRENE GASKET 114' 1 1/76• s• (152mm) (6mmj (27mm) 1 5J6" J 23 316'DIA CL OPEN j [16mm] (594mml 1J6" J (3mm) 27 5116'DIA 118• [694mm] (R: _ 34116•DIA GASKET GROOVE DETAIL [867mmj NOTES FRAME SECTION VIEW ALL COVERS SHALL BE LOCKING LID PER EASTJOROAN IRON WORKS INC.No.3717C1 OR APPROVED EQUAL. PUBLIC WORKS STORM ROUND FRAME AND COVER STD. PLAN — 204.50 N2Q$ DEPARTMENT MARCH 2008 Mil r .Ir #6 BARS @ 7'SPACING 12"(7YP.) 20"x 24", 24'DIAM.,48"DIAM. so OR 54'DIAM.HOLE `n 2"(rYP) 1— J 6" _I I J 1MIN. 112'•MAX, 8W'or 96"FLAT SLAB TOP 1 12• PREFABRICATED LADDER � 9 #5 BARS @ 6'SPACING 12"MIN, 20"x 24", 24•DIAM„48"D)AM, No OR 54"DIAM.HOLE 2"(WP TYPICAL ORIENTATION �� f — FOR ACCESS AND STEPS 4 1'MIN. STEP 2 1/2"MAX. 72"FLAT SLAB TOP 2� #4 BARS @ 6"SPACING _ fM _ � N 20"x 24"OR 24"DIAM.HOLE F-2'(TYP.) 46"MIN. �! 11'MM. 2112 MAX. ECCENTRIC CONE SECTION 48",54",or 60"FLAT SLAB TOP r 3 ,i0.Z0. ?p p• 34" W11 g S. VOR 17" NONE#3 BAR HOOP ONE#3 BAR HOOP FOR 6" TWO#3 BAR HOOPS FOR 12"0 S +ir► RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION 1.0 As an acceptable alternative to rebar,wire mesh having a minimum area of 0.12 square inches per foot may be used ow for adjustment sections. PUBLIC WORKS MISCELLANEOUS DETAILS FOR STD. PIAN — 204.60 DEPARTMENT DRAINAGE STRUCTURES MARCH 2008 w 3 SEE CONTRACT FOR 24" s Y BACKSLOPE DETAILS MIN �� TYPE 3 GRATE SHOWN10 DITCH LINE z SI 1� SECTION ON DITCH LINE DIKE INSTALLATION FOR PREFERRED SLOPE �— NOTES 1. The top of the inlet shall be placed at ground level to present an unobstructed ditch or median section. DITCH f� 2. Bevel or round exposed concrete edges 1/2". J� mil 3. Pipes may enter through the knockouts at any reasonable angle provided the outside of the pipe can.be contained within the knockout provided. 4. The grade fine of the lowest inlet pipe shall enter the g PLAN structure at an ele-vation equal to or higher than the grade line of the outlet pipe. 42- GRATE SUPPORT(TYP.) s -SEE DETAIL 5. All.pickup holes shall be grouted full after the inlet a has been placed. 6'MIN. — 6. The steel angles shall be set so that each bearing bar of the grate shall have full seating on both ends. The finished top of concrete shall be even with the grate surface. sr oinM. iaO°` e3 7. The amount,type,and grade of reinforcing steel is 2-MIN. the responsibility of the manufacturer. Z. 8. The inside wall taper for form removal shall not result 39" in any wail section thinner than 6"except in pipe knockout areas. SECTION {� SECTION �s 9. Precast inlets shall be marked with the t manufacturer's identification on the inside of the structure in some readily accessible location. 36" 18' ttb 12' TYP 7!4 4"x3'x1t2'x35114" TOP STEEL ANGLE 4"x3"xNS' STEEL PLATE `6 -TACK WEL 1/2"DIAM.x 4"STEEL STUD- 70 ANGLE PLACE ALONG SUPPORT AS e 114 SHOWN FOR ANGLES TEEI 5xA x114' ANGL ANCHOR STUD OPTION f SIDE END END ISOMETRIC GRATE SUPPORT DETAIL (SHOWN WITH TYPE 1 GRATE) (FOUR SUPPORTS REQUIRED) SY STD. PLAN — 205.00 n�j + PUBLIC WORKS DROP INLET TYPE 7 DEPAR'PMENT ANT MARCH 2008 Irl. ia•-o" 3 N K } m DITCH as PLAN GRATE SUPPORT(rYP.) SEE DETAIL `v lel 34'DIAM. KNOCKOUTS, r MIN. z 36' 30' 18' 12 714 P. SECTION {A 1 SECTION O 1/4 �J aw ror im 'x3"x1/2"x35114" STEEL ANGLE 4'x 3'x 3/8' STEEL PLATE -TACK WEE ��—p) 1/2"DIAM.x 4"STEEL STUD 7p ANGLE �--il PLACE ALONG SUPPORT AS '< —�.-pf�IllY,/'SHOWN FOR ANGLES x 1"X 114' 114 1 1/2• I I STEEL ANGLE ANCHOR STUD OPTION F^ 3fDE END ENO GRATE SUPPORT DETAIL (SIX SUPPORTS REQUIRED) NOTES 1- The top of the inlet shall be placed at ground level to present an unob- structed ditch or median section. 2. Bevel or round exposed concrete edges 112". 3. Pipes may enter through the knockouts at any reasonable angle provided the outside of the pipe can be contained within the knockout provided. 4. The grade line of the lowest inlet pipe shall enter the structure at an ele- vation equal to or higher than the grade line of the outlet pipe. 5. All pickup holes shall be grouted full after the inlet has been placed. Irl 6. The steel angles shall be set so that each bearing bar of the grate shall have full seating on both ends. The finished top of concrete shall be even with the grate surface. go 7. The amount,type,and grade of reinforcing steel is the responsibility of the manufacturer. ISOMETRIC a. The inside wall taper for form removal shall not result in any wall section low (SHOWN WITH TYPE 2 GRATE) thinner than 6"except in pipe knockout areas. s. Precast inlets shall be marked with the manufacturer's identification on the inside of the structure in some readily accessible location. wr ��Y o �►© PUBLIC WORKS DROP INLET TYPE 2 STD. PLAN - 205.10 DEPARTMENT MARCH 20013 m 3 112"x 112"x 341!1" OPTIONAL 1"MAX.VENT HOLES STEEL PLATE(TVP.) N ON BOTTOM FOR GALVANIZING r m IO O O o I III f o 0 0 0 -a � 1�► I OPTIONAL 1"MAX.VENT HOLES 111( A ON BOTTOM FOR GALVANIZING N r o o 5114' THREE SPACES S 114' 34 tYd' 3 1!2"x 1/2'x 34 1 21 TYPE 1 STEEL PLATE(Ty P.' O O o O 3 112'x 3 1/2*x 5116"x 33114' GRIND TOP AND BOTTOM 11_ STRUCTURAL TUBING(TYP.)'�I FLUSH AFTER WELDING 1/2 FIVE SPACES 31!2 34 t/ C2' TYPE 3 TYP. 1/4 31/2'x 3 tW x 5116')(33 IW GRIND TOP AND BOTTOM SECTION O STRUCTURAL TUBING(TYP.) FLUSH AFTER WELDING H� 3112"x 112'x 34 1/2" �STEEL PLATE(TYP.) TYP' 114 _ SECTION O L Qm B TYPE 3 TYPE 2 2" P. 2 TYP. ISOMETRICS 34 12' TYPE 1 TYPE 2 3112"x 1/2"x 33114" STEEL PLATE(1YP.)�) 'TYP. 114 SECTION O �Y STD. PLAN — 205.20 � j PUBLIC WORKS GRATES FOR DROP INLET .v DEPAR"CMENT IMS MARCH 2008 rrr TEMPORARY CAP AT EDGE OF RIGHT OF WAY,UNLESS OTHERWISE w RNJ LINE DIRECTED IN CONTRACT to r n Jr lir �. J4 J r Sv .w, Jir .f4 Jar S,r Slr f,fl 4"DRAIN PIPE CONCRETE SIDEWALK EXP.JOINT Aw S,r Srr Oy Sr. .Lr J4 PLANTING STRIP Sv mr •°` u S,r Ju J'r CONCRETE CURB -- — -- -TYPE MAY VARY ROADWAY (REINFORCEMENT NOT SHOWN) to PLAN 1f� EXP.JOINT WITH 3/16' 1/2"JOINT MATERIAl WERE MESH Z a C a o• � D WIRE MESH REINFORCEMENT RNJ LINE 4"DRAIN PIPE 6' 6 x 6 W4.0 x W4.0(4 GAGE) �• 12' 4"DRAIN PIPE (TyP) 4 x 4 W2.9 x W2.9(6 GAGE) CAPPED AT EDGE (SEE STD.SPEC.9-07.7) OF RAN SECTION O 112"MINIMUM COVER y M CONCRETE SIDEWALK PLANTING s. STRIP wo CONCRETE CURB TYPE MAY VARY ROADWAY No . INVERT OF DRAIN _-R' _ - - SHALL BE AT OR _ ABOVE GUTTER LINE - _ _ "�'-'_`"V'•�ic2?�: ISOMETRIC nm + PUBLIC WORKS DOWNSPOUT STORM STD. PLAN - 210.00 .� DEPARTMENT DRAIN UNDER SIDEWALK ' MARCH 2008 ow m z all 4'MIN 1'OVERFLOW DEPTH 1'DEPTH 2'-4'ROCK OUTFLOW CHANNEL IF CONSTRUCTED BY 3 9 EXCAVATION. 2'SETTLING DEPTH 1( ': ci:i.'.'.;..'.:':., <, ,t SMAX 1.5 SEDIMENT STORAGE \ FILTER FABRIC FENCING 1'DEPTH 314'-1-1l2-WASHED GRAVEL CROSS SECTION NTS OVERFLOW SPILLWAY 6'MIN WIDTH IN I J—T_ r`� _.r „ J71rr�tL�( air i_5'SEDIMENT STORAGE 2'SETTING DEPTH&V DEPTH OF 2'-4'ROCK,1'DEPTH OF 314'-1R'WASHED GRAVEL. all 46 NOTE: MAY BE CONSTRUCTED BY EXCAVATION OR BY BUILDING A 13ERM STI). PLAN — 211.00 PUBLIC WORKS SEDIMENT TRAP _ DEPAR'PMENT MARCH 2008 Y T o m SURVEY FLAGGING 00 NOT NAIL OR STAPLE n BALING WIRE WIRE TO TREES T`k 3' MIN. fm METAL FENCE POST M -I 1 1 1 1 1 i t i�l I !�1 11 i t I f l-1 I IJI I I-1 11- I I i t aw 12'MIN, I wt wr NOTES �w 1. CONDITION OF USE 1.1. TO ESTABLISH CLEARING LIMITS,STAKE OR WIRE FENCE MAY BE USED: 1.1.1. AT THE BOUNDARY OF CRITICAL AREAS,THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT UNCLEAR. 1.1.2. AS NECESSARY TO CONTROL THE VEHICLES TO AND ON THE SITE. 2. MAINTENANCE AND REQUIREMENTS 2.1, IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED,IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND VISIBILITY RESTORED. 2.2. DISTURBANCE OF A CRITICAL AREA,CRITICAL BUFFER AREA,NATIVE GROWTH RETENTION AREA,OR OTHER OIN_II AREA REQUIRED TO BE LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION. 2.3. THE CITY MAY REQUIRED MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT INTO THOSE AREAS THAT ARE NOT TO BE DISTURBED. Ifli rr irlr YMN zY ;' + PUBLIC WORKS STAKE AND WIRE FENCE STD. PLAN - 212.00 DEPARTMENT MARCH 2008 r TRACKING 00 a � "TRACKING'WITH MACHINERY UP AND DOWN a ® a THE SLOPE PROVIDES GROOVES THAT WILL CATCH SEED,RAINFALL AND REDUCE RUNOFF. Nc /\\�/\�/\j\/ !,✓ \\�/�\�/\\\ iii MAXIMUM7 (650mIm) GROOVES WILL CATCH SEED, FERTILIZER,MULCH,RAINFALL AND DECREASE RUNOFF. NOTES 1. CONDITION OF USE 1.1. ALL SLOPES STEEPER THAN 3:1 AND GREATER THAN 5 VERTICAL FEET REQUIRE SURFACE ROUGHENING.. all 1.2 AREAS WITH GRADES STEEPER THAN 3:1 SHOULD BE ROUGHENED TO A DEPTH OF 2 TO 4 INCHES PRIOR TO SEEDING. 1.3. AREAS THAT WILL NOT BE STABILIZED IMMEDIATELY MAY BE ROUGHENED TO REDUCE RUNOFF VELOCITY UNTIL SEEDING TAKES PLACE, 1.4. SLOPES WITH A STABLE ROCK FACE DO NOT REQUIRE ROUGHENING. 1.5. SLOPES WHERE MOWING IS PLANNED SHOULD NO BE EXCESSIVELY ROUGHENED. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. DISTURBANCE AREAS THAT WILL NOT REQUIRE MOWING MAY BE STAIR-STEO GRADED,GROOVED,OR LEFT ROUGH AFTER FILLING. 2.2. STAIR STEP GRADING IS PARTICULARLY APPROPRIATE IN SOILS CONTAINING LARGE AMOUNTS OF SOFT ROCK.STAIR SHOULD BE WIDE ENOUGH TO WORK WITH STANDARD EARTH MOVING EQUIPMENT.STAIRS STEPS MOST BE ON CONTOURS OR GULLIES WILL FORM ON THE SLOPE. 2.3. AREAS THAT WILL BE MOWED,MAY HAVE SMALL FURROWS LEFT BY DISKING,HARROWING,RANKING,OR SEED-PLANTING MACHINERY OPERATED ON THE CONTOUR. 2.4. GRADED AREAS WITH SLOPES GRATER THAN 3:1 BUT LESS THAN 2:1 SHOULD BE ROUGHED BEFORE SEEDING. 3. MAINTENANCE STANDARDS all 3.1. PERIODICALLY CHECK ROUGHENED,SEEDED,PLANTED AND MULCHED SLOPES FOR RILLS AND GULLIES,PARTICULARLY AFTER A SIGNIFICANT STORM EVENT.FILL THIS AREAS SLIGHTLY ABOVE THE ORIGINAL GRADE,THEN RE-SEED AND MULCH AS SOON AS POSSIBLE. STD. PLAN - 218.00 PUBLIC WORKS SURFACE ROUGHING + { DEPARTMENT MARCH 2008 rirl rr. a r z a aw w ow MIN.4'OVERLAP , dw ?. , 11111110 M i-i I �••. _ MIN,6.OVERLAP me 1I- =1 I I�1 I I= ; • . i l-III l l _ ••=�• �.••.�.� :- .: . •• •- �. - NOTES 1. CONDITION OF USE to 1.1. FOR PERMANENT STABILIZATION OF SLOPES 2H:1V OR GREATER AND WITH MORE THAN 10 FEET OF VERTICAL RELIEF. 1.2. IN CONJUNCTION WITH SEED FOR FINAL STABILIZATION OF A SLOPE,NOT FOR TEMPORARY COVER.HOWEVER,THEY MAY BE USED FOR TEMPORARY APPLICATIONS AS LONG AS THE PRODUCT IS NOT DAMAGED BY REPEATED HANDLING. 1.3. THE APPLICATION OF APPROPRIATE NETTING OR BLANKET TO DRAINAGE DITCHES AND SWALES CAN PROTECT BARE SOIL FROM CHANNELIZED RUNOFF WHILE VEGETATION IS ESTABLISHED.NETS AND BLANKETS CAN ALSO CAPTURE GREAT DEAL OF SEDIMENT DUE TO THEIR OPEN, iw POROUS STRUCTURE.SYNTHETIC NETS AND BLANKETS MAY BE USED TO PERMANENTLY STABILIZE CHANNELS AND MAY PROVIDE A COST-EFFECTIVE,ENVIRONMENTALLY PREFERABLE ALTERNATIVE RIPRAP. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1, JUTE MATTING MUST BE USED IN CONJUNCTION WITH MULCH.EXCELSIOR,WOVEN STRAW,BLANKETS,AND COIR(COCONUT FIBER)BLANKETS MAY BE INSTALLED WITHOUT MULCH.OTHER TYPES OF PRODUCT WILL BE EVALUATED INDIVIDUALLY. 2.2. PURELY SYNTHETIC BLANKETS ARE ALLOWED,BUT SHALL ONLY BE USED FOR LONG-TERM STABILIZATION OF WATERWAYS.THE ORGANIC BLANKETS,ARE BETTER FOR SLOPE PROTECTION AND SHORT-TERM WATERWAY PROTECTION 3. MAINTENANCE STANDARDS 3.1. GOOD CONTACT WITH THE GROUND MOST BE MAINTAINED,AND THERE MOST NOT BE EROSION BENEATH THE BET OR BLANKET, 3.2. AREAS OF THE NET OR BLANKET THAT ARE DAMAGED OR NOT CLOSE CONTACT WITH THE GROUND SHALL BE REPAIRED AND STAPLED. 3.3. IF EROSION OCCURS DUE TO POORLY CONTROLLED DRAINAGE,THE PROBLEM SHALL BE FIXED AND THE ERODED AREA PROTECTED. aw 4w PUBLIC WORKS WATERWAY INSTALLATIONS STD. PLAN — 213.10 w `��r�`► DEPARTMENT MARCH 2008 ow Y } z � x O w MIN.2' OVERLAP - �- / ANCHOR IN 6'x6'MIN.TRENCH / 1 AND STAPLE AT 12'INTERVALS III-1' MIN.6'OVERLAP STAPLE OVERLAPS MAX.5'SPACING BRING MATERIAL DOWN TOA LEVEL AREA,TURN THE END UNDER 4'AMD STAPLE AT 12"INTERVALS NOTES 1. CONDITION OF USE 1.1. FOR PERMANENT STABILIZATION OF SLOPES 2H:1 V OR GREATER AND WITH MORE THAN 10 FEET OF VERTICAL RELIEF, 1.2. IN CONJUNCTION WITH SEED FOR FINAL STABILIZATION OF A SLOPE,NOT FOR TEMPORARY COVER HOWEVER,THEY MAY BE USED FOR TEMPORARY APPLICATIONS AS LONG AS THE PRODUCT IS NOT DAMAGED BY REPEATED HANDLING. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. INSTALLATION IS CRITICAL TO THE EFFECTIVENESS IF THIS PRODUCT IF GOOF GROUND CONTACT IS NOT ACHIEVED,RUNOFF CAN CONCENTRATE UNDER THE PRODUCT,RESULTING IN SIGNIFICANT EROSION.. 2.2. JUTE MATTING MUST BE USED IN CONJUNCTION WITH MULCH.EXCELSIOR,WOVEN STRAW,BLANKETS,AND COIR(COCONUT FIBER)BLANKETS MAY BE INSTALLED WITHOUT MULCH. 2.3. PURELY SYNTHETIC BLANKETS ARE ALLOWED,BUT SHALL ONLY BE USED FOR LONG-TERM STABILIZATION OF WATERWAYS.THE ORGANIC BLANKETS,ARE BETTER FOR SLOPE PROTECTION AND SHORT-TERM WATERWAY PROTECTION BECAUSE THEY RETAIN AND PROVIDE ORGANIC MATTER TO THE SOIL,SUBSTANTIALLY IMPROVING THE SPEED AND SUCCESS OF RE-VEGETATION. all 3. 161AINTENANCE STANDARDS 3.1. GOOD CONTACT WITH THE GROUND MOST BE MAINTAINED,AND THERE MOST NOT BE EROSION BENEATH THE BET OR BLANKET. 3.2. AREAS OF THE NET OR BLANKET THAT ARE DAMAGED OR NOT CLOSE CONTACT WITH THE GROUND SHALL BE REPAIRED AND STAPLED, 3.3. IF EROSION OCCURS DUE TO POORLY CONTROLLED DRAINAGE,THE PROBLEM SHALL BE FIXED AND THE ERODED AREA PROTECTED. Sx STD. PLAN - 213.20 PUBLIC WORKS SLOPE INSTALLATIONS DEPARTMENT ��,ro MARCH 2008 ur N Y 10'MAX. -.-- i m -III=III TOE IN SHEETING IN IV MAX MINIMUM 4'X4'TRENCH 4m III-SII-I - III-iII= -1 I 1=1 i I- IIIIIIII '-III-I I Ii PROVIDE ENERGY DISSIPATION I — AT TOE WHEN NEEDED mw to NOTES AMM 1. CONDITION OF USE 1.1. PLASTIC COVERING MAY BE USED ON DISTURBED AREAS THAT REQUIRED COVER MEASURES FOR LESS THAN 30 DAYS. 1.2_ PLASTIC IS PARTICULARLY USEFUL FOR PROTECTING CUT AND FILL SLOPES AND STOCKPILES. 1.3, CLEAR PLASTIC SHEETING MAY BE USED OVER NEWLY-SHEEDED AREAS TO CREATE A GREENHOUSE EFFECT AND ENCOURAGE GRASS GROWTH.CLEAR PLASTIC SHOULD NOT BE USED FOR THIS PURPOSE DURING THE SUMMER MONTHS 1.4. THIS METHOD SHALL NOT BE USED UPSLOPE OF AREAS THAT MIGHT BE ADVERSELY IMPACTED BY RUNOFF.SUCH AREAS INCLUDE STEEP AND wr UNSTABLE SLOPES 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. PLASTIC SHEETING SHOULD HAVE A MINIMUM THICKNESS OF 0.03 MILLIMETERS. 2.2. IF EROSION AT THE TOE OF A SLOPE IS LIKELY,A GRAVEL BERM,RIPRAP,OR OTHER SUITABLE PROTECTION SHALL BE INSTALLED AT THE TOE tu OF THE SLOPE IN ORDER TO REDUCE THE VELOCITY OF RUNOFF. 3. MAINTENANCE STANDARDS 3.1. TORN SHEETS MOST BE REPLACED AND OPEN SEAMS REPAIRED. 3.2. IF THE PLASTIC BEGINS TO DETERIORATE DIE TO ULTRAVIOLET RADIATION,IT MOST BE COMPLETELY REMOVED AND REPLACED. 3.3. WHEN THE PLASTIC IS NO LONGER NEEDED,IT SHALL BE COMPLETELY REMOVES. iw 4m to dw mw PUBLIC WORKS PLASTIC COVERING STD. PLAN — 213.30 onDEPARTMENT MARCH 2008 ow 3 � (1,2m) .. (SN 3 ��f m t0-25 � •�` ADJACENT ROLLS SHALL TIGHTLY ABUT SEDIMENT,ORGANIC MATTER, ^� AND NATIVE SEEDS ARE CAPTURED BEHIND THE ROLLS ROLL SPACING DEPENDS ON SOIL TYPE AND SLOPE STEEPNESS STRAW ROLLS MUST BE PLACED ALONG SLOPE CONTOURS \� 3'-5' (75-125mm) DIA. (200-250m.)�- (200.200.250mm) .-- LIVE STAKE 3 NOTES 1'x i'STAKE 1. CONDITION OF USE 1.1. SEEDING SHALL BE USED THROUGH THE PROJECT ON DISTURBED AREAS THAT HAVE REACHED FINAL GRADE OR THAT WILL REMAIN UNWORKED FOR MORE THAN 30 DAYS. to 1.2. VEGETATION-LINED CHANNELS SHALL BE SEEDED.CHANNELS THAT WILL BE VEGETATED SHOULD BE INSTALLED BEFORE MAJOR EARTHWORK AND HYDROSEEDED OR COVERED WITH A BONDED FIBER MATRIX(BFM) 1.3. RETENTION!DETENTION PONDS SHALL BE SEEDED AS REQUIRED. 1 A. AT THE CITY'S DISCRETION,SEEDING WITHOUT MULCH DURING THE DRY SEASON IS ALLOWED EVEN THOUGH IT WILL TAKE MORE THAN SEVEN DAYS TO DEVELOP AN EFFECTIVE COVER. 1.5. AT THE BEGINNING OF THE WET SEASON,ALL DISTURBANCES AREAS SHALL BE REVIEWED TO IDENTIFY WHICH ONES CAN BE SEEDED IN PREPARATION FOR THE WINTER RAINS.DISTURBED AREAS SHOULD BE SEEDED WITHIN A WEEK OF BEGINNING OF THE WET SEASON.AT FINAL.SITE STABILIZATION,ALL DISTURBED AREAS NOT OTHERWISE VEGETATED OR STABILIZED SHALL BE SEEDED AND MULCHED. flE 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE BEST TIME TO SEED IS APRIL 1 THROUGH JUNE 30,AND SEPTEMBER 1 THROUGH OCTOBER 15.AREAS MAY BE SEEDED BETWEEN JULY 1 AND AUGUST 31,BUT IRRIGATION MAY BE REQUIRED IN ORDER TO GROW ADEQUATE COVER.AREAS MAY ALSO BE SEEDED DURING THE WINTER MONTHS,BUT IT MIGHT TAKE SEVERAL MONTHS TO DEVELOP A DENSE GROUNDCOVER DUE TO COLD TEMPERATURES. 22. TO PREVENT SEED FROM BEING WASHED AWAY CONFIRMED THAT ALL REQUIRED SURFACE WATER CONTROL MEASURES HAVE BEEN INSTALLED. 2.3. THE SEEDBED SHOULD BE FIRM BUT NOT COMPACTED. 2.4, IN GENERAL,10-20-20N-P-K FERTILIZER MAY BE USED AT A RATE OF 90 POUNDS PER ACRE.IT IS RECOMMENDED THAT AREAS BEING SEEDED FOR FINAL LANDSCAPING CONDUCT SOIL TO DETERMINE THE EXACT TYPE AND QUANTITY OF FERTILIZER NEEDED. DISTURBED AREAS WITHIN 200 FEET OF WATER BODIES AND WETLANDS MUST USE SLOW RELEASE LO-PHOSPHORUS FERTILIZER. 2.5. THE FOLLOWING REQUIREMENTS APPLY FOR MULCHING 2.5.1. MULCH IS ALWAYS REQUIRED FOR SEEDING SLOPES GREATER THAN 3HAV 15.2. IF SEEDING DURING WET SEASON MULCH IS REQUIRED 2.5.3. THE USE OF MULCH MAY BE REQUIRED DURING WET SEASON AT THE CITY'S DISCRETION IF GRASS GROWTH IS EXPECTED TO BE SLOW,THE SOILS ARE HIGHLY ERODIBLE DUE TO SOIL TYPE OR GRADIENT,THERE IS A WATER BODY CLOSE TO THE DISTURBED AREA,OR SIGNIFICANT PRECIPITATION IS ANTICIPATED BEFORE THE GRASS WILL PROVIDE EFFECTIVE COVER. 2.5.4. MULCH MAY BE APPLIED IN TOP OF THE SEED OR SIMULTANEOUSLY BY HYDROSEEDING. 2.6. HYDROSEEDING IS ALLOWED AS LONG AS TRACKIFIER IS INCLUDED.HYDROSEEDING WITH WOOD FIBER MULCH IS ADEQUATE DURING THE DRY SEASON.HYDROSEEDING WITH WOOD FIBER MULCH IS ADEQUATE DURING THE DRY SEASON.DURING THE WET SEASON, THE APPLICATION RATE SHOULD BE DOUBLED.IT MIGHT BE NECESSARY IN SOME APPLICATIONS TO INCLUDE STRAW WITH THE WOOD FIBER,BUT THIS CAN BE DETERMINED TO GERMINATION. 2.7. AREAS TO BE PERMANENTLY LANDSCAPED SHALL USE SOIL AMENDMENTS. GOOD QUALITY TOPSOIL SHALL BE TILLED INTO THE TOP SIX INCHES TO REDUCE THE NEED FOR FERTILIZER AND IMPROVED THE OVERALL SOIL QUALITY.MOST NATIVE SOILS WILL REQUIRE THE ADDITION OF 4 INCHES OF WELL-ROTTED COMPOST TO BE TILLED INTO THE SOIL TO PROVIDE A GOOD QUALITY TOPSOIL. at SY STD. PLAN - 213.40 PUBLIC WORKS STRAW WATTLES DEPARTMENT �N�O MARCH 2008 JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS.USE STAPLES,WIRE RINGS,OR 2"x2'BY 14 Ga.WIRE OR EQUIVALENT TO ATTACH FABRIC TO POSTS. EQUIVALENT,IF STANDARD STRENGTH FABRIC USED Ii FILTER FABRIC ':R FABRIC lr--nT Ej U� Di JMHE TITT M7 6'MAX. MINIMUM 4'x4"TRENCH An I I BACKFILL TRENCH WITH POST SPACING MAY BE INCREASED NATIVE SOIL TO&IF WIRE BACKING IS USED go 2"x4-WOOD POSTS,STEEL FENCE POSTS,RESAR,OR EQUIVALENT NOTES 1. CONDITION OF USE 1.1- S:LT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2. SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS,NOR IS INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MOST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2- DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE GEOTEXTILE USED MOST MET THE STANDARD LISTED BELLOW.A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MOST BE AVAILABLE ON SITE. 30_I(XISIEVE S: , SIZE FOR SILTFILM AOS(ASTM D4751) 50-100SIEVE 517E 030-0.15MM)FOR OTHER FABRICS WATER PERMITTIVITY(ASTM D491) 0.02 SEC"-1 MINIMUM m GRAB TENSILE STRENCHT(ASTM D4632) 180 LOS.MIN.FOR EXTRA STRENGH FABRIC IOD LBS.MIN.FOR STANDARD STRENGHT FABRIC GRAB TENSILE ELONGATION JASTM D4632)30%MAX, ,ULTRAVIOt.ATE RESISTANCE(ASTM D4355),70%MIN, rw 2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE.WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3. WHERE THE FENCE IS INSTALLED,THE SLOPE SHALL NOT BE STEEPER THAN 2H:IV 2,4. IF A TYPICAL SILT FENCE IS USED,THE STANDARD 4X4 TRENCH MAY NOT BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 3. MAINTENANCE STANDARDS 3.1. ANY DAMAGE SHALL BE REPAIR IMMEDIATELY. 3.2. IF CONCENTRATED FLOES ARE EVIDENT UPHILL OD THE FENCE,THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE.IF THIS OCCURS,REPLACE THE FENCE OR REMOVED THE TRAP SEDIMENT, 3.4. SEDIMENT MOST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5. IF THE FILTER FABRIC(GEOTEXTILE)HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN,IT SHALL BE REPLACED. ow PUBLIC WORKS SILT FENCE STD. PIAN - 214.00 DEPARTMENT MARCH 2008 f1w do 3 i m SILT FENCE 3 TOP OF FABRIC T " � BELT TOP 8" FLOW 100%COMPACTION EACH SIDE DIAGONAL ATTACHMENT DOUBLES STRENGTH `� \\ a \ \\ ATTACHMENT DETAILS; ce 0. \/\//�� � 1. GATHER FABRIC AT POSTS,IF NEEDED. CL N 2. UTILIZE THREE TIES PER POST,ALL WITHIN TOP 8"OF FABRIC. 3. POSITION EACH TIE DIAGONALLY,PUNCTURING NOTES: HOLES VERTICALLY A MINIMUM OF 1"APART. 1. POST SPACING:T MAX.ON OPEN 4. HANG EACH TIE ON A POST NIPPLE AND RUNS 4'MAX.ON POOLING.AREAS. TIGHTEN SECURELY,USE CABLE TIES (50 LBS)OF SOFT WIRE. 2. POST DEPTH:AS MUCH BELOW GROUND AS FABRIC ABOVE GROUND. 3. PONDING HEIGHT MAX.24"ATTACH FABRIC TO UPSTREAM SIDE OF POST. 4. DRIVE OVER EACH SIDE OF SILT FENCE 2 TO 4 TIMES WITH DEVICE ROLL OF SILT FENCE EXERTING 60 P.S.I.OR GREATER. 5. NO MORE THAN 24"OF A 36"FABRIC S ALLOWED ABOVE GROUND. 6. VIBRATORY PLOW IS NOT ACCEPTABLE PLOW BECAUSE OF HORIZONTAL COMPACTION. OPERATION ABOVE GROUND SLICING BLADE ' (18mm WIDTH) HORIZONTAL CHISEL POINT (76mm WIDTH) �\( \ \ '\\� - \/� 200-300mm +~� PUBLIC WORKS SILT FENCE INSTALLATION " PLAN 224.10 DEPARTMENT BY SLICING MARCH 2008 r 3 N Y Y h1 2 C 4 3'TRASH PUMP WITH FLOATS W SEWER PIPE WITH ON SUCTION HOSE BUTTERFLY VALVES 2'SCHEDULE 40 1-112'SCHEDULE40 8'x8'SUMP WITH S FOR SPRAYERS OF CATCH go 2% MIDPOINT SPRAY NOZZLES, SLOPE LOPE E IF NEEDED 6.7 SLOPE No 2%SLOPE fm 1a 6'ATS CONSTRUCTION SLOPE w ENTRANCE 55 ATB APRON TO H ASPHALT CURB ON THE PROTECT BALL VALVES LOW ROAD SIDE TO DIRECT 1, GROUND FROM WATER BACK TO POND SPLASHING WATER 6'SLEEVE UNDER ROAD aw PLAN VIEW 15' 15' 20' 15' m. r�%\\/\/�li\j\• \ \\<•\ �i\\\i`\ CURB i � 6"SLEEVE ELEVATION VIEW i� LOCATE INVERT OF TOP PIPE V ABOVE BOTTOM OF WHEEL WASH 18' 8'x8'SUMP WATER LEVEL 0 Ii 1� GRAIN PIPE 1:1 SLOPE SECTION A-A wa NOTES: 1.BUILD 8'x8'SUMP TO ACCOMODATE CLEANING BY TRACKHOE. iii! to ��Y o STA. PLAN - 215.00 PUBLIC WORKS WHEEL WASH AND PAVED DEPARTMENT CONSTRUCTION ENTRANCE MARCH 2008 �N�O +Irr , a N qYg 2 Y DRIVEWAYS SHALL BE PAVED TO THE EDGE OF R-O-W PRIOR TO INSTALLATION OF THE o �X\SA\NG�'OPACONSTRUCTDAMAGING OF O AVOID THE ROADWAY 1T IS RECOMMENDED THAT THE R=25'MIN. ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD �A I INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCI,PRESENT.AS PER CITY ROAD STANDARDS 4'8'QUARRY SPALLS GEOTEXTILE I2'MIN.THICKNESS ` �' PROVIDE FULL WIDTH OF NOTES INGRESSIEGRESS AREA 1. CONDITION OF USE 1.1. CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. GRAB TENSILE STREBNGTH ASTM 04751) 200 PSI MIN. GRAB TENSILE ELONGATION(ASTM D4632) XP%MAX. MULLEN BURST STRENGTH(ASTM D3786-80A) 400 PSI MIN. AOS(ASTM D4751) 20-45(U.S.STANDARD SIEVE SIZE) 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. HOG FUEL(WOOD BASED MULCH)MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN ARES THAT WILL BOT BE USED FOR PERMANENT ROADS.HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS.THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT, 2.2, FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. 2.3. WHENEVER POSSIBLE,THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM,COMPACTED SUBGRADE.THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3. MAINTENANCE STANDARDS 3.1, QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2. IF THE ENTRANCE IS NOT PREVENTING SEDIMENT BEING TRACKED ONTO PAVEMENT,THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED.THIS MAY INCLUDE STREET SWEEPING,AN INCREASE IN THE;DIMENSIONS OF THE ENTRANCE,OR THE INSTALLATION OF THE WHEEL WASH.IF WASHING IS USED,IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK,AND WASHED WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3. ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING.THE SEDIMENT COLLECTED BY to SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE.THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY.IF IT NECESSARY TO WASH THE STREETS,A SMALL SUMP MUST BE CONDUCTED.THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. 3.4. ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5. IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S),FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. do { + PUBLIC WORKS STABILIZED PLAN _ 215.10 DEPART'MENT CONSTRUCTION ENTRANCE FN,�p MARCH 2008 TOPREVENTIFNLOW LOPE AROUND SI S m THE POND LENGTH SHALL BE 3 TO 6 TIMES THE MAXIMUM POND WIDTH EMERGENCY EAOVERFLOW —;=OND LENGT INFLOW SILT FENCE OR RISE PIPE DISCHARGE TO STABILIZED EQUIVALENT DIVIDER CONVEYANCE OUTLET OR LEVEL SPREA6FR to fat RISER PIPE CREST OF 6'MIN.WIDTH (PRINCIPAL SPILLWAY) EMERGENCY SPILLWAY im OPEN AT TOP WITH r// TRASH RACK l EMBANKMENT COMPACTED 95%. PERVIOUS MATERIALS SUCH AS DEWATERING DEVICE ^_^___ GRAVEL OR CLEAN SAND SHALL (SEE RISER DETAIL) NOT BE USED, we �II11 ------ a N BACK OF SIDEWALK SANDBAGS TO OVERLAP ONTO CURB CURB INLET RUNOFF CURB FACE S ILLWAY GUTTER DRAIN GRATE GRAVEL FILLED SANDBAGS STACKED TIGHTLY PLAN VIEW NOTES: 1. PLACE CURB TYPE SEDIMENT BARRIERS ON GENTLY SLOPING STREET SEGMENTS,WHERE WATER CAN POND AND ALLOW SEDIMNENT TO SEPARATE FROM RUNOFF. 2 SANDBAGS OF EITHER BURLAP OR WOVEN GEOTEXTILE FABRIC,ARE FILLED WITH GRAVEL,LAYERED AND PACKED TIGHTLY. LEAVE A ONE SANDBAG GAP IN THE TOP ROW TO PROVIDE A SPILLWAY 3, FOR OVERFLOW. INSPECT BARRIERS AND REMOVE SEDIMENT AFTER EACH STORM EVENT. 4 SEDIMENT AND GRAVEL MUST BE REMOVED FROM THE TRAVELED WAY IMMEDIATELY. STD. PLAN — 2 .6.50 PUBLIC WORKS CURB AND GUTTER ���• DEPARTMENT BARRIER PROTECTION � �N,�p MARCH 2008 3 1� S } z 2:1 MAX SLOPE i DIKE MATERIAL COMPACTED \ 80•k MODIFIED PROCTOR I \\1►` — 2'MIN. 18'MlN. — 1lilll DIKE SPACING DEPENDS ON SLOPE GRADIENT r� ow NOTES 1. CONDITION OF USE 1.1. REQUIRED AT: so 1.1.1. THE TOP OF ALL SLOPES IN EXCESS OF 3H:1 V AND WITH MORE THAN 20 FEET OF VERTICAL RELIEF. 1.1.2. AT INTERVALS ON ANY SLOPES THAT EXCEEDS THE DIMENSIONS SPECIFIED BELLOW. AVERAGE SLOPE SLOPE PERCEN7 FLOWPATH LENGTH 20H:1V 3-5% 300FEET to (10 TO 20)HAV 5-10% 200 FEET (4 TO10)H:IV 10-25% 100 FEET (2T04)H:1V 2S-50% 50 FEET 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. FOR SLOPES STEEPER THAN 2H:1V WITH MORE THAN 10 FEET OF VERTICAL RELIEF,BENCHES MAY BE CONSTRUCTED OR CLOSER SPACED INTERCEPTOR DIKES MAY BE USED.THE DESIRE MEASURE MOST BE DESIGNED BY AN ENGINEER TO EFFECTIVELY INTERCEPT THE HIGH VELOCITY RUNOFF TO A SEDIMENT POND OR TRAP. 2.2. CONSTRUCTION TRAFFIC OVER TEMPORARY DIKES SHALL BE MINIMIZED. 3. MAINTENANCE STANDARDS 3.1. DAMAGE RESULTING FROM RUNOFF OR CONSTRUCTION ACTIVITY SHALL BE REPAIRED IMMEDIATELY. 3.2. IF THE FACILITY DO NOT REGULARLY RETAIN STORM RUNOFF,THE CAPACITY AND/OR FREQUENCY OF THE DIKES SHALL BE INCREASED. w �m No 11111 PUBLIC WORKS INTERCEPTOR DIKE STD. PIAN - 217.00 DEPARTMENT �N�o MARCH 2008 rr 21 MAX.SLOPE V MIN. LEVEL BOTTOM IM I I— TMIN. SINALE SPACING DEPENDS ON SLOPE GRADIENT NOTES 1. CONDITION OF USE 1.1. REQUIRED AT: 1.1.1. THE TOP OF ALL SLOPES IN EXCESS OF 3HAV AND WITH MORE THAN 20 FEET OF VERTICAL RELIEF. 1.1.2. AT INTERVALS ON ANY SLOPES THAT EXCEEDS THE DIMENSIONS SPECIFIED BELLOW. AVERAGE SLOPE SLOPE PERCENT FLOWPATH LENGTH 2oHilV 3-5% 300 FEET (10 TO 20)H:1V 5-10% 200 FEET (4TO 10)HAV 10-25% 100 FEET (2TO4)H:IV 25-SO*/. 50 FEET 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. FOR SLOPES STEEPER THAN 2H:1 V WITH MORE THAN 10 FEET OF VERTICAL RELIEF,BENCHES MAY BE CONSTRUCTED OR CLOSER SPACED INTERCEPTOR SWALES MAY BE USED.THE DESIRE MEASURE MOST BE DESIGNED BY AN ENGINEER TO EFFECTIVELY INTERCEPT THE HIGH VELOCITY RUNOFF TO A SEDIMENT POND OR TRAP. 2.2. CONSTRUCTION TRAFFIC OVER TEMPORARY SWALES SHALL BE MINIMIZED. 3. MAINTENANCE STANDARDS 3.1. DAMAGE RESULTING FROM RUNOFF OR CONSTRUCTION ACTIVITY SHALL BE REPAIRED IMMEDIATELY. 3.2. IF THE FACILITY DO NOT REGULARLY RETAIN STORM RUNOFF,THE CAPACITY ANDIOR FREQUENCY OF THE SWALES SHALL BE INCREASED. PUBLIC WORKS INTERCEPTOR SWALE STD. PLAN - 217.10 DEPAWMENT MARCH 2008 r. Yl Yd fi DIKE MATERIAL COMPACTED w 90%MODIFIED PROCTOR CORRUGATED METAL,CPEP to OR EQUIVALENT PIPE INTERCEPTOR DIKE so PROVIDE RIPRAP PAD OR EQUIVALENT ENERGY = - = DISSIPATION DISCHARGE TO A STABILIZED m WATERCOURSE,SEDIMENT RETENTION STANDARD FLARED FACILITY OR STABILIZED OUTLET END SECTION INLET AND ALL SECTIONS MUST BE SECURELY FASTENED TOGETHER WITH GASKETED WATERTIGHT FITTINGS Ift am NOTES 1. CONDITION OF USE as 1.1. SHOULD BE USED TO CARRY CONCENTRATED RUNOFF DOWN STEEP SLOPES WITHOUT CAUSING EROSION,OR SATURATION OF SLIDE-PRONE SOILS. 11. WHEN A TEMPORARY OR PERMANENT STORMWATER CONVEYANCE IS NEEDED TO MOVE WATER DOWN A STEEP SLOPE TO AVOID EROSION. I.I. MAY BE USED TO DIVERT WATER AWAY FROM OR OVER BARE SOIL TO PREVENT GULLIES,CHANNEL,AND SATURATION OF SLIDE PRONE SOILS. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE MAXIMUM DRAINAGE AREA ALLOWED FOR ANY SIZED PIPE IS 10 ACRES.FOR LARGER AREAS MORE THAN ONE PIPE SHALL BE USED OR A ROCK-LINES CHANNEL HALL BE INSTALLED. 2.2. THE SOIL AROUND AND UNDER THE PIPE AND ENTRANCE SECTION SHALL BE THOROUGHLY COMPACTED. 2.3. THE FLARED INLET SECTION SHALL BE SECURELY CONNECTED TO THE SLOPE DRAIN AND BE FUSED OR WELDED,OR HAVE FLANGE-BOLTED MECHANICAL JOINTS TO ENSURE WATERTIGHT SEAL. 2.4- SLOPE DRAINS SHALL BE CONTINUOUSLY FUSED,WELDED OR FLANGE-BOLTED MECHANICAL JOINT PIPE SYSTEM WITH PROPER ANCHOR TO THE SOIL. 2.5. WHERE THE SLOPE DRAIN CROSS STEEP SLOPE HAZARD AREA OR THEIR ASSOCIATED BUFFERS,THE INSTALLATION SHALL BE IN THE GROUND SURFACE.ANY AREA DISTURBED DURING INSTALLATION AND MAINTENANCE MUST BE IMMEDIATELY STABILIZED, 3. MAINTENANCE STANDARDS 11111 3.1. THE INLET SHALL NOT BE UNDERCUT OR BYPASSED BY WATER.IF THERE ARE PROBLEMS,THE HEAD WALL SHALL BE APPROPRIATELY REINFORCED. 3.2, NO EROSION SHALL OCCUR ON THE OUTLET POINT.IF EROSION OCCURS ADDITIONAL PROTECTION SHALL BE ADDED. PUBLIC WORKS PIPE SLOPE DRAIN STD. PLAN - 217.30 DEPARTMENT MARCH 2008 l Y ROCK MUST COMPLETELY COVER THE m ,/•'�'BOTTOM AND SIDES OF THE DITCH z 6"MIN. C> �C a�b Q�C�oa QT 24'MIN, 4 21 SLOPES /,"v 2'-4'ROCK L=THE DISTANCESUCH THAT POINTS , A AND ND8B ARE OF EQUAL ELEVATION ' '-� � �-► I 1=1 I I,;IIID NOTES 1, CONDITION OF USE 1.1. WERE CONCENTRATED RUNOFF FROM DISTURBED AREAS TO AND FROM PONDS OR TRAPS. 1.2. TO CONVEY RUNOFF INTERCEPTED FROM UNDISTURBED AREAS AROUND THE SITE TO A NON-EROSIVE DISCHARGE POINT. 2. MAINTENANCE STANDARDS 2.1. ANY SEDIMENT DEPOSITION OF MORE THAN 0.5 FEET SHALL BE REMOVED SO THAT THE CHANNEL IS RESTORED TO ITS ORIGINAL DESIGN CAPACITY. 2.2. THE CHECK DAMS SHALL BE EXAMINED FOR SIGNS OF SCOURING AND EROSION OF THE BED AND BANKS.IF SCOURING AND EROSION HAS OCCURRED,AFFECTED AREAS SHALL BE PROTECTED BY RIPRAP OR AN EROSION CONTROL BLANKET, �Y STD. PLAN - 217.40 PUBLIC WORKS CHECK DAMS SPACING AND R DEPARTMENT CROSS SECTIONS �N,�p MARCH 2008 ..r a N Y 0 3 PRESSURE-TREATED 2"XSO' —! (—)i I ii o DENSELY VEGETATED FOR A do MIN.OF 100'AND SLOPEi— LESS THAN 5:1 111 _ I 1'M1N. 2a III( I I- IEII1=1 11-1 -' ' i II111 3 MIN. SPREADER MUST BE LEVEL TREATED 2'X10'MAY BE ABUTTED END TO END FOR MAX.SPREADER *a LENGTH OF 50' 6"MIN. 1'MIN. Yui I-I 1 6"MIN. -Ill 1= I ___ -►-_► - ► _-_ - I-I I _ I i rl i Viii I Ii�it J Ii i! I li a iI l li�it J Iiiil I Iiiil l I+iil l liil l li i I l liiil l lE i�I l li i I Ii�it I Il I Ilii 18'MIN.REBAR SUPPORTS B'MIN.SPACING ALTERNATIVELY,B"DIA.CMP MAY BE USED AS A SPREADER. THE PIPE SHALL BE BURIED$O THAT ONLY 1"EXTENDS ABOVE GROUND. NOTES 1. CONDITION OF USE t.i. MAY BE USED WHERE RUNOFF FROM UNDISTURBED AREAS OR SEDIMENT RETENTION FACILITIES IS DISCHARGED. 1.2. APPLIES ONLY WHERE THE SPREADER CAN BE CONSTRUCTED ON UNDISTURBED SOIL AND THE AREA BELOW THE LEVEL IS VEGETATED AND LOW GRADIENT. 2. DESIGN AND INSTALLATION SPECIFICATIONS s 2.1. THE TOTAL SPREADER LENGTH SHALL BE AT LEAST THE SQUARE ROOT OF THE CATCHMENT AREA. 2.2. MAXIMUM LENGTH FOR AN INDIVIDUAL SPREADER IS 50 FEET. 2.3. MULTIPLE SPREADERS SHALL NOT BE PLACED UPHILL OR DOWNHILL FROM ONE ANOTHER. 2.4. THE AREA BELLOW THE SPREADER FOR A HORIZONTAL DISTANCE OF 100 FEET SHALL NOT EXCEED 20 PERCENT AND SHALL BE COMPLETELY VEGETATED WITH NO AREAS OF INSTABILITY OR EROSION. tiMY 3. MAINTENANCE STANDARDS 3.1. ANY DAMAGE TO THE SPREADER SHALL BE IMMEDIATELY REPAIRED. 3.2. THE DOWNSLOPE AREA SHALL BE CHECKED FOR SIGNS OF EROSION AND VERIFY THAT THE SPREADER IS NOT FUNCTIONING AS A ow POINT OF DISCHARGE. 3.2.1. ANY ERODED AREAS SHALL BE IMMEDIATELY STABILIZED,AND THE CAUSE DETERMINED AND ELIMINATED IF POSSIBLE. rrs ti�x o PUBLIC WORKS LEVEL SPREADER DETAIL STA. PLAN - 217.50 wDEPARTMENT AND CROSS SECTION MARCH 2O08 to 3 m t.E�ENI�: PROPERTY LINE. APKICAN'T: Molene McResident 600 NE Z [OFFSHE T. CENTERLINE --- - Sometown,Street ST. (206) 555-1212 ON-OUR - — — — - ETLAND 1 PROJECT PARCEL NO.= 322708 PROJECT ADDRESS= 7519 NE 0 Street TEEP SLOPE 40%F (proposed) Sometown, WA. 98111 ( � /�� SECT!ON/TOWNSVIIP/RANGE: 32-27-08 i DRAINAGE -� cS. TOTAL SITE ACREAGE: 1.69 rrZ/.!I!'1L1LZCnr/lrj[lI71IlS�1TlLCC Nti P ' ELEV. f0'CAL IMPERVIOUS AREA; 8950 S0, FT. BENCHMARK: 44.0' FIRE HYDRANTf� 480' AT BAS[_ AF /' W W --FLAG WETLAND EDGE i th v W/ S.A.S.S. W W W+ TAPE ELEV. '~ `� / 460' ^'+55'� v \ � TOE OF 1 � \ \ SLOPE4 \ W \ \ _ -- —460' \ N TOP OF 480•\ ~ — ` -¢70,` �\ \ SLOPE --� ' � 475'__ `' ` _ -� SCALE: t"=40' l I 8�. a J � _ I \ I SILT FENCE \ "7) 90. 4gs, V APPROX. AREA TO 8E CLEARED. ALL EXPOSED SOILS WILL BE \i MULCHED WHEN NOT BEING WORKED. \ \ IN MARK CLEARING LIN41T \ � \ W/ S.A.S.B" FENCE �SOO, /�Rocx .INSTRUCTION \ / ENTRANCe I \ 4g8 � ELEV. E1 F1' _ \\ 495' 502' - - 290' NEE STD. PLAN -- 218.00 * PUBLIC WORKS SAMPLE SMALL SITE � N CQc' DEPARTMENT EROSION CONTROL PLAN MARCH 2008 tt� Y O.O. limns of pipe (, W(see note 4) compaction m 3'max. fmit of pipe zone bedding do ooC material c for flexible pipe(see note 6) 0.15 O.D.min. , limits of pipe compaction 0.65 D.D.min. _ foundation levet gravej backfill gravel backfill for i for pipe bedding foundations when speed A=4-min.27-W.and under fi"min.,over 2T I.D. A.Metal and Concrete Pipe tt�r Bedding for Flexible Pipe span span span 3'max Xx ------►{�3 max)- Flexible Pipe NOTES: tilt _ �r1. Provide uniform support under barrels. tom' 2. Hand tamp under haunches. 3. Compact bedding material to 95%max.density;directly ar over pipe,hand tamp only. L 0.15 rise min. 4. See"Excavation and Preparation of Trench"in sanitary f1 - sewers section of the standard WSDOT/APWA limits of pipe specifications for trench width*V and trenching compaction 0,65 rise min. options. The pipe zone will be the actual trench width. The minimum concrete width shall be 1 2'1.D.=18". gravel backfi8 gravel backfill for 5. Trench backfill shall conform to"Backfilling Sewer for pipe bedding foundations when specified Trenches"in the sanitary sewers section of the WSDOT/APWA standard specifications,except that rocks or lumps larger than 1"per foot of pipe diameter B. ripe- Arch installation shall not be used in the backfill material. +r11� 6. See"Bedding Material for Flexible Pipe"In aggregates section of the WSDOTlAPWA standard specifications for the material specifications. Rigid Pipe NOTES: 1. Pipe compaction limits shown on this plan are for pipe construction in an embankment. For pipe construction in a trench,the horizontal limits of the pipe compaction zone shall be the walls of the trench. 2. All steel and aluminum pipe and pipe-arches shall be installed in accordance with design A. o� 3. Concrete pipe with elliptical reinforcement shall be ® Backfill material placed in 0,5'loose layers and installed in accordance with design A. compacted to 95%maximum density. 4. Concrete pipe,plain or with circular reinforcement,shall be installed with design A. Method B or C compaction(WSDOT/APWA) 5. O.D.is equal to the outside diameter of a pipe or the standard specifications.) outside span of pipe-arch. The dimensions shown as O.D.with 3'maximum shall be O.D.until O.D.equals 3%at which point 3'shall be used. 1'-0"for diameters 12"through 42"and spans through Min.dist. t� 50". 2'-0"for diameters greater than 42"and spans Pipe Size between greater than 50". barrels circular pipe 12"to 24" 12" conc., LCPE,CMP 30"to 96" diam./2 r.r (diameter) 102"to 180" 4.8" pipe-arch 18"to 36" _12" metal only 43"to 142" span/3 (span) 148"to 199" 48" tart ��Y o PUBLIC WORKS PIPE COMPACTION STD. PIAN -- 220.00 VW P DEPARTMENT RESIGN AND BACKFILL �"1v2a MARCH 2008 trtr to Y END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE(SEE WSDOT STD.SPEC.7-02.3(1)) A 4k 1V OR STEEPER to 4"MAX. 44 THERMOPLASTIC PIPE t 4k.1VOR EEPER 4'MAX. CONCRETE PIPE END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE(SEE WSDOT STD.SPEC.7-02.3(1)) O O O 4H:7VOR STEEpFR 4"MAX METAL PIPE NOTES I. The culvert ends shall be beveled to match the embankment or ditch slope and shall not be beveled flatter than 4H:1 V. When slopes are between 4H:1 V and 6H:IV,shape the slope in the vicintiy of the culvert end to ensure that no part of the culvert protrudes more than 4"above the ground tine. 2 Field cutting of culvert ends is permitted when approved by the Engineer. All field-cut culvert pipe shall be treated with treatment as shown In the Standard Specifications or General Special Provisions. 4�x o STD. PLAN — 221.00 nj PUBLIC WORKS DEPARTMENT BEVELED END SECTIONS MARCH 2008 +Ir y DwM oR S, ppN y S2 T T PIPE �--� �F SPAN a O FILL SLOPE TOE PLATE EXTENSION- REINFORCED EDGE E-` L EXTENSION- PIPE y REWFORCED EDGE WHEN REQUIRED, DIppL (SEE NOTE 6) g (SEE NOTE B) SLppE GALVANIZED t b GALVANIZED 1---I )" �- 'V 1 ALUMINUM,SAME STEEL OR- T T GAGE ASS KIRT, STEEL OR m rI ALUMINUM SKIRT •° 1 I` LAPP TXT PLATEEXTENSION TOE PLATE FASTENEDWr A W A EXTENSION p W A EXT.SI. pMpE 2C RIVETS RIVE S S OR AL t" SECTION A� GALVANIZED OOtY A W A PIPE-ELEVATION PIPE&PIPE ARCH-E PLAN PIPE ARCH^ELEVATION D MAX,CENTERS. PIPE ri z i z •a 4 a L CONNECTOR PIPE n F PIPE .-TION � n CONNECTOR LUG 6 p 6 TrfAEADEO RDp (SEE NOTES) i 7HREAOEO ROD C O END SECT ON END SECTION END SECTION FOR tY THRU 24'PPE FOR 3P THRU 84'PWEFOR 42"In IRU 84'PIPE AND AND 1 r x 137 THRU AND 35'x 24'THRU 49'x 3T THRU 83'x Sr PIPE ARCH 28'x 20'PPE ARCH WITH 83'x 6r PIPE ARCH WITH WITH ANNULAR END CORRUGATIONS,AND ALL ANNULAR END CORRUGATIONS ANNULAR END CORRUGATIONS HELICAL.END CORRUGATED PIPE AND PPE ARCH Aw TYPE 1 TYPE 2 TYPE 3 DESIGN A NOTES CONNECTION TO METAL PIPE 1.The diameter or the end section of Design B shall thatch the inside t diameter of the concrete pipe. a 2.Skirt sections shag be made In one piece for round pipe vrith e 21 1 a diameter or 12'to 24"inclusive and for pipe arches with a rise CONCRETE PIPE AFTER UMLAP a= RFTER EXPANSION u o of 73"to 20'inctusive.Skirt sections for larger sizes of pipes may S be multiple pieces In conformance unlh the tabulated values shown. LESS THAN 3D'OIAM.Y TL{ 3.Design A end sections for 42"thru 84'diameter and 43"x 33"thru 30'014M.AND OVER,13' fn! SMOOTH GALVANIZED STEEL 83"x57'arch tvilh 8nm4181'corrugations and eA helically corrugated ORALUMINUMPWE Y g pipe arch include one foot of pipe length as a connector section. PIVOT BOLT EXPANDER LUG The connwor section shag be attached to the and section by % DESIGN B rivets or bolts and shag be the some thickness as the end section. CONNECTION TO CONCRETE PIPE 4,Design C may be used in lieu of Design A for all metal pipe sizes INLET END ONLY except as noted. Coupling bands may he any acceptable type for the pipe speawd. lft L• S.Multiple panel skins shag have 2"lap seams tightly PIPE COUPLING BAND,SHOP BOLTED TO FLARED PIPS • g ly joined by 3�8' END SECTION W TH"'ROLTS AT 6'ON CENTER y=a stainless steel rivets or galvanized bogs on 6'max,centers. MAXIMUM OR EQUIVALENT RIFTED OR WEtDi:U a 2 CONNECTION.FOR USE WITH ALL SIZES OF PIPE AND PPE ARCH WITH ANNULAR ENDS. 6 6.The reinforced edges of the following size End Sections shall be n" supplemented with galvanized steel stiffener angles: i� ENq SECTI0.N DESIGN C 60"thro 72"diameter pipe...............................2"x 2"x 1/4"angle CONNECTION TO METAL OR CONCRETE PIPE 78"and"'diameter pipe,and OUTLET ONLY 77"x Sr&83"x 57"pipe arch...........21/2"x 2 1R"x V4"angle The above galvanized angles shag be attached by Wr galvanized nuts and bolts. 7.Galvanized steel angle reinforcement will be placed under the center parcel seams on the 72'lhru 84"diam.pipe and 77'x 52' !� &83'x Sr pipe arch End Sections. 8.As an alternative ID the Connector lug and threaded rod Used on 12"ihru 24"culvert pipe,the attachment may be mode wilh a 1'vAde strap,16 gage galvanized steel fastened With a 12'diam„ 6'long galvanized bog and one squarehead nut. i P PIPE ARCH DIFF 5S DIMENSIONS INCHES END PIPE ARCH THICKNESS DIMENSIONS INCHES END T DIAM, (INCHES A a H L W 7 SORT SECTION DIMENSION {INCHES) A B H t W T SKUTt SECTION (INCHES} TOL OL 7OL SLOPE (INCHES) TOL TTOL. TOL �TTOL Cr SLOPE STEEL ALUM. 1' MAX. 1' ,{,7 12if,Y 'M,Y (HEV) SPAN RISE STEEL ALUM. '�(+t' MRK 'IST. .L 7 1 tit.7 '7G T (H'h 12 0.054 0.060 6 8 0 21 24 34 1 PC, 2 12:1 17 13 0.004 0A60 7 9 e 7S 30 40 1 Pr- 2112:1 t5 0.654 0460 7 8 6 26 30 40 1 PC 2 121 21 f5 0.064 oAllo 7 10 6 23 35 40 1 PC. 212:1 18 0.684 Dow B t0 a 31 36 46 1 PG 212:1 24 18 0.064 0.050 8 12 6 28 42 52 1 PC. 212:1 21 0.084 0.060 9 12 B 36 42 52 1 PC. 2 12:1 28 20 0.064 0.075 9 14 6 32 48 58 1 PC. 212:1 24 0.061 01076 t0 13 6 41 48 58 1 PC. 2112:1 1 35 24 0.079 0.075 10 18 6 39 60 70 1 PC, 212:t 30 0.070 0.075 12 10 0 51 60 70 2 PC. 212:1 42 29 0.079 0.105 12 is 8 48 75 85 2 PC, 112:1 38 0.079 0.105 M1419 9 BD 72 94 2 PC. 2 12:1 49 33 0.104 0.105 73 21 9 53 88 103 2PC. 212:1 42 0.109 D.1ps 11 69 eA 708 2PC. 2121 57 3B 0,109 0.138 0.105 18 2R 12 63 90 114 3PC 212:1 48 0.109 0.105 12 70 90 112 2 PC 2 12:1 64 43 0.109 0.138 0.106 78 30 12 70 102 130 3 PC. 21q..:I 54 0.109 1T 84 t03 722 2PC. 212:1 71 47 0.109 0.138 0.735 18 39 i2 77 714 148 3PC. 212:1 00 0.09 0.138 12 87 114 134 3 PC, 7 314:1 77 52 0.109 0.138 18 3e 12 77 128 1.52 3PC, 1314:1 66 0.109 0.139 12 87 120 142 3PC. 112:1 83 57 O.tD9 0.}38 t8 39 12 7T SSB Ise RPG72 0.109 0.138 12 87 128 148 3 PC. 1 1A:1 76 0.108 0.1381 12 87 132 152 3 PC. 1114:1 84 0.109 1 0.136 18 45 12 87 138 58D 3PC. 7 7,6:1 Y STD. PLAN - 221.10 + PUBLIC WORKS DEPARTMENT FLARED END SECTIONS MARCH 2008 1ii11 3 X 1r e t� Smooth Coupling Band for Smooth Pipe material to be 3• ASTM A 36 ed �I plate galvanized l� after fabrication per ASTM A 123 9 r slots to be all holes tr'faz z diam. Pipe stakes 1§• 1g" 7'coupling band or cou mg an 4 " 1r Plate Detail coupling band NOTE. 1. The smooth coupling band shall be used in �. collar(r pipe) combination with concrete pipe. 2. Concrete pipe without bell and spigot shall not be installed on grades in excess of 20%. weld —1d 3_ The first anchor shall be installed on the first plate(see detail) section of the lower end of the pipe and remaining anchors evenly spaced throughout the installation. material to be ASTM 4. If the pipe being installed has a manhole or A 36 galvanized after 12'z 6'pipe stales fabrication per ASTM catch basin on the lower end of the pipe,the each side of advert A 153 first pipe anchor may be eliminated. 5. When CMP is used,the anchors may be attached to the coupling bands used to join Ilatten to point the pipe as long as the specified spacing is Anchor Assembly not exceeded. Corrugated Metal Pipe 6. All pipe anchors shall be securely installed before backfilling around the pipe. �Y STD. PLAN - 221.20 PUBLIC WORKS DETAILS FOR COUPLING BANDS DEPAR'T'MENT FOR CORRUGATED METAL PIPES gN,tp MARCH 2008 arr a z i rlli � 1� `ry1 concrete block �r .. ev. concrete block anchor f� pipe bedding strap-footing anchor t• —►- 6"min(typical)�00 — I � Amin 1'min.diameter R.,¢..a'. ",:'o':/>'.:a:• 6"min steel rod(strap) :'a.:°4..6.:;!•:.:....:.:,...:.•'. 1' Oclamped securely .;;,...':Y�:v.,ic:'s�::.:.•. to pipe, nin concrete keyed into 61 concrete footing undisturbed soil SECTION A-A ';tai.; R'.'`; i'' keyed into as stwvmNTS undisturbed soil ;:��.1�'t:' ':.Plc• as shown � v�mo nedia._I SECTION B-H NTS Note: For SWPE,pipe must be free to grr slide inside a 4'long section of pipe one size diameter larger. I� o STD. PLAN -- 221.30 PUBLIC WORKS DEPARTMENT STRAP PIPE ANCHOR DETAIL MARCH 2008 i�r ri REFORMED PIPE ENDS 112'x 6'BOLT(IYP.) E» BAND LAP NOT SHOWN FOR CLARITY(7YP.) TYPE D TYPE D ANNULAR CORRUGATED HAND BAND ANGLE CONNECTOR DETAIL COUPLING BAND DIMENSION TABLE (ALL DIMENSIONS ARE IN INCHES) Ila BAND CORRUGATION PIPE I MIN. GASKET TYPE PITCH-DEPTH DIAM. W TYPE 22!3x12 OR 3.1 12-04 12 SLEEVE ' tw REFORMEDTO Wr, D 2213x12 to 3 x 1 REFORMED TO 90-144 24 SLEEVE 2213x12 z D 3 x 1 36-6D 12 SLEEVE j REFORME3TO 66-108 24 2 213 x 12 i� dill PUBLIC WORKS COUPLING BANDS STD. PLAN - 221.40 DEPARTMENT FOR CORRUGATED METAL PIPES TYPE D MARCH 2008 wr NIS � X r m z MITI i/ EFORMED PIPE EN 1 w 1I2'x F BOLT(TYP) i11ID �^ TYPE F TYPE F TYPE F SEMI-CORRUGATED BAND BAND ANGLE CONNECTOR DETAIL BARS STRAP CONNECTOR DETAIL 1 ®YID COUPLING BAND DIMENSION TABLE (ALL DIMENSIONS ARE IN INCHES) BAND CORRUGATION PIPE. MIN. GASKET as TYPE PITCH x DEPTH DIAM, W TYPE w 2V3x 1/2 OR I: 3x1 12-&4 1012 O-RING REFORMED TO 2 213 x 12 z Z w :z F 22/3%112 12-48 012 -RING d Ir d �1 �y TYPE F PUBLIC WORKS COUPLING BANDS FOR STD. FLAN - 221.54 DEPARTMENT �t.N,tp CORRUGATED METAL PIPES MARCH 2008 r. FILL SLOPE-VARIABLE ?, o w 2" } #4 BARS EQUALLY SPACED 2- y w Z 16"MAX.CENTER TO CENTER H wT w y + CF QIj. o _w - _ COMMERCIAL Sia �TFQTysp w az CONCRETE O q 3 `�TFR w toO m rri Vs ( A] _ I I ANCHOR BOLTS- EQUALLY SPACED,24" MAX.CENTER TO CENTER ?q, N (SEE NOTE 3) Ed HSM S14 s*sn r STRUCTURAL PLATE PIPE ARCHES AND UNDERPASSES FILL SLOPE VARIABLE 2' #4 BARS EQUALLY SPACED 2" �y W 8'MAX.CENTER TO CENTER / r 16. B U W �T MRC£Qu Z y O COMMERCIAL w �-~ CONCRETE 6R rQcp�C y a F W 1 F m w 0 D a `n > a m� A �• ANCHOR BOLTS- 10 EQUALLY SPACED,24" MAX.CENTER TO CENTER a(SEENOTE3) C 6' n 13/4 D/4 1111111111 DtD/2 PIPES AND STRUCTURAL PLATE PIPES-STEP MITERED PIPE FILL SLOPE 11111111 -VARIABLE 2" #4 BARS EQUALLY SPACED� 2'/ 8'MAX.CENTER TO CENTER r / Xrq ANCHOR BOLTS- p� Ftir'9(� EQUALLY SPACED,24" 9 \FR�.rSp MAX.CENTER TO CENTER 8" `� OCFAC�p (SEE NOTE 3) FR Dbl A COMMERCIAL � CONCRETE 314'BOLT 2 1n" a p�?4' ANCHOR BOLT DETAIL will �11 D/4 D-W2 PIPES AND STRUCTURAL PLATE PIPES-FULL MITERED PIPE NOTES 13*1312 OR StW 1. The variable dimension indicated for the height of stepfor stepmitered FILL SLOPE pipes shall conform to the manufacturers recommendtions uless speci- fied differently on the pians or in the Special Provisions. 2. Reinforcing steel shall have 1 112"min.clear cover to all concrete surfaces. ANCHOR BOLT SEE DETAIL&NOTE 3 3. Headwalls for concrete culvert pipe may omit anchor bolt attachment. PIPE 4. When steel pipe safety bars ar used,headwall thickness shall be increased to 8". SECTION t A 1 HEADWALLS FOR CULVERT STD. �'� -' 222.00 PUBLIC WORKS DEPARTMENfi . PIPE AND UNDERPASS MARCH 2008 tl N Y � 314"RESIN BONDED ANCHOHEADWALL SEENOTE4P) SEE NOTE 5 NOTCH BOTTOM OF � m ANCHOR PIPE TO ALLOWx 4"SLOT WITH ZE PLACEMENT(TVP.) HOLE A7 BOTTOM P) (TYP•) 8"x 24'x 5B" �J SAFETY BAR STEEL PLATE STEEL PLATE FIELD CUT CULVERT TOT. -SEE DETAIL MATCH BLOCKOUT IN HEADWALL 714 SAFETY BAR tti TOP VIEW CULVERT IS PERPENDICULAR TO ROADWAY STEEL PLATE DETAIL 4.5"DEEP BLOCKOUT Oip 8" s' PLACE RESIN BONDED ANCHORS IN FULL DEPTH CONCRETE(fYP.) SEE NOTE SLOPE TO MATCH SIDE SLOPE HEADWALL- COMMERCIAL CONCRETE CULVERT PIPE OR PIPE ARCH-- to SEE NOTE 3 SAFETY BAR- ISOMETRIC VIE SEE NOTE 2 Ift --CUT AND WELD SOCKET- SEE NOTE 1 do ISOMETRIC CUTAWAY O 4" CULVERT DI•M. gUMSEq OF&ARb SOCKET SHALL EXTEND 314'DIAM.z IT THREADED ROD CENTERED REQUIRED M INTO SAFETY BAR 4" THROUGH PIPE,SECURED WITH NUTS;OR un r'o.1w NOW 314"x 6'ANCHOR STUDS WELDED TO PIPE. 4r"Ea 1 {"", SPACING SHALL BE 8"FROM TOP AND 8" 86 Z F2'fl FROM BOTTOM OF CONCRETE(TYP.) 96 I'a M NOTES HEADWALL 1. Sockets shall be 3"extra strong steel pipe(3 1/2"O.D.). Sockets must be the SEE NOTE 5 proper angle and height so that safety bars are parallel with headwall and side slope,and are easily removable. M 2. Safety Bars shalt be 4"extra strong steel pipe(4 12"O.D.),or 4 1/2"O.D.(250" wall thickness)steel tubing. Length(20'maximum)shat)be the minimum re- quired to achieve Resin Bonded Anchor placement in full depth concrete. When o multiple bars are required(see table)place bars at equal spacing(30"max.). M 3. Bevel culvert pipe to match side slope. STEEL PLATE- 4. Resin bonded anchors shall be 7"in length(5'embedment). SEE DETAIL I CULVERT IS SKEWED TO ROADWAY 5. Centerline of headwall shall be normal to roadway centerline. ar �'�►�j��' PUBLIC WORKS TYPE 1 SAFETY BARS FOR STD. PLAN - 222.10 DEPARTMENT STEPPED CULVERT PIPE OR PIPE ARCH MARCH 2008 t�lr Y FINISHED } GROUND z 0/4 D D14 a SEE NOTE 1 CULVERT CROWN g FIELD CUT PIPE BEVEL � w fN f OTE � SEENOrF2B SfENOTf2� CULVERTINVERT EE NOTE3 • -- J -1 , . it SIDE VIEW • cif FRONT VIEW 10" TYPF4� 5 3/4'.3/4'DIAM.THREADED 1112" i12' ROD,4'EMBEDMENT WITH HEADWALL-SEE HEX HEAD NUT(rYP.) STO,PLAN 8.7520 (TYP•} TYP, ) FOR DETAILS SAFETY BAR1MAX. C 1"MAX.—{ 3/4"MAX.(TYP•) I RESIN BONDED A � a ANCHOR(fYP.) A• A D-2' A 312'-3 Ur BLOCKOUT(TYP.) SE:E NOTE 1 INSTALL RESIN BONDED —FIELD-CUT CULVERT TO MATCH SECTION ANCHOR(TYP-) BLOCKOUT IN HEADWALL O � t0' TYP. •5 314"x 3/4'DIAM.THREADED PiPE 1 112" 3 112" 4' ROD,4-EMBEDMENT WITH OR PIPE ARCH HEX HEAD NUT(TYP.) OR PIPE ARCH C 3J4"MAX.(TYP.) ISOMETRIC VIEW WARIES lid D-2"1"MSEE NOTE 1NSTALL RESIN BONDEDANCHOR(TYP.) SECTION O 718'DIAM.HOLE 318".4"x 10" STEEL PLATE NOTES 1.D=Inside Diameter of Culvert Pipe,or Pipe Arch Span Width,36"maximum. 114 3 (TYP.) 2•The distance between the safety bars,and between the top bar and the culvert 3"x 3'.5116" Crown,shall be equal spaces of no more than 24". The distance may vary'/Ul" STRUCTURAL TUBING between bars to facilitate placement. 3. Slope shall match Side Slope;6H:IV preferred,not steeper than 4H:1V. SECTION O �Y �',�►��'� PUBLIC WORKS TYPE 2 SAFETY BARS STD. PLArt - 222.20 DEPARTMENT FOR CULVERT OR PIPE NTQ ARC (ON CROSS ROADS) MARCH 2Ofla velli ar g 3 m x rr r m 3: 0 aai arl 0 0 PIAN ISOMETRIC ilrr Irrr 12'MIN `/ \ 110 / io L/2 L rr 3" CE as• ` ---� 1-- 4"MAX.(TYPI DIA.SMOOTH BAR PIPE COUPLING -- SPOT WELD BARS TO AT LEAST 2 ENO VIEW rtr CMP OR CPEP SM00TJ CORRECA71ONS OF METAL PIPE (TYP) INTERIOR BOLT TO CPEP SMOOTH INTERIOR PIPE. SIDE VIEW ittMl art NOTE: 1. This debris barrier is for use outside roadways on pipes 36"dia.and smaller. 2. See drawing 223.10 for debris barriers on pipes projecting from driveways or roadway side slopes. 3. All steel parts must be galvanized and asphalt coated. (Treatment 1 or better). 4. CPEP-smooth Interior pipe requires bolts to secure ars debris barrier to pipe. 111111 Gtiz °,n + � � PUBLIC WORKS DEBRIS BARRIER STD. PLAN — 223.00 DEPARTMENT MARCH 2008 a a$1/i 2 Y T MAY BE REMOVED 1 PLAN VIEW 314"DIA.SMOOTH BARS WITH ENDS WELDED TO BAR FRAME 4'O,C.MAX. DIA. BAR SPACING BAR-FRAME END VIEW 2'X5"ANCHOR STRIPS WELDED TO 3!4'DIA.BAR-FRAME(4 4NO11-CORROSIVE LACES)SPACED UNIFORMLY,FASTEN WITH 1J2'GALV.OR BOLTS&NUTS. P MIN T , L3"-5'FOR IV DIA. 5"-8'FOR 24'DIA. PIPE BEVELED PIPE 7"-9'FOR 3Q"DIA.AND GREATER COUPLING END SECTION SIDE VIEW NOTES: 1. CMP'end-section shown 2. All steel parts must be galvanized and asphalt coated(Treatment 1 or better), or CPEP smooth interior PUBLIC WORKS DEBRIS BARRIER STD. PLAN — 223.I0 DEPARTMENT FOR CONCRETE PIPE MARCH 2008 t� g m pipe O.D, �I11 1'-0 I ' t 1'-0 rnin min end cap or plug flow to second dispersal trench clean out wve from pipe if necessary t notched grade board min 6Perforated pipe laid flatAevel 2"x Z"notches 18"O.C. type I CS w/solid cover(tocking) A A 50' type li Ca j� w/solid cover ■ influent pipe(max daslgn flows0.5 CFS per trench) clean out wye from pipe flow to other branching CB's as necessary PLAN NTS galvanized bolls Pipe O.D. '20%ma min min / �•--18"O.C.--I pressure treated grade \, /\\!\\!\\!\\! � 2"grade board /\\\ \!!/\\!!/\ ///� board notches ?" . !/!\ min 6'perforated pipe laid Oat r clean(-5%fines) 1 `washed rock 4'X 4'support _ 1M1 m E filter fabric SECTION A-A NTS Ifs '15%max for flow control/waterquaRty' treatment in rural areas. NOTES: 1. This trench shall be constructed so as to prevent point discharge and/or erosion. 2. Trenches may be placed no closer than 50 feet to one another,(100 feet along flowline) tM 3, Trench and grade board must be level. Align to follow contours of site, 4. Support post spacing as required by soil conditions to ensure grade board remains level. rl�l X PUBLIC WORKS 50 FOOT DISPERSION TRENCH STD. PLAN — 224.00 DEPARTMENT WITH NOTCHED BOARD FNzo MARCH 2008 t+r +rrr 6'0 MIN.ROOF DRAIN STUB WITH CLEANOUT,TYP / LOT LINE,TYP. a HOUSE TYP, PRIVATE ROOF DRAIN �^ PUBLIC STORM SYSTEM Y COLLECTOR PIPE; PRIVATE STORM SEWER 6 0 MIN., 3.00'MIN.BETWEEN CTR,OF PIPE AND R.O.W. 0.5%MIN.SLOPE, 2 FT.MIN.COVER CLEANOUT,TYP.AT EVERY 90', CURB,SIDEWALK OR 2ND 45'BEND,AND AT 300 FT.MAX.SPACING ON STRAIGHT SECTIONS R.O.W.LINE PRIVATE JOINT UTILITY EASEMENT, ROOF DRAIN TO CONNECT INTO CITY CB,MIF.SIZE TYPE I 5'MIN.WIDTH NOTES: will 1.PIPE MATERIALS ALLOWED:PVC,LCPE,TRIPLE WALL POLYETHYLENE (&Di.IF NECESSARY FOR STRENGTH) 2.THE ROOF&FOOTING DRAIN SYSTEMS ARE PRIVATELY MAINTAINED 1 FLOW PATTERN SHOULD BE TO THE NEAREST CB IF GRADE ALLOWS,OR TO THE NEXT DOWNSTREAM CB. 4.ROOF DRAIN COLLECTORS MUST BE ANALYZED FOR CAPACITY,SIZED FOR 25-YEAR PEAK FLOW. tiZY o TYPICAL ROOF DRAIN STD. PLAN _ 225.00 PUBLIC WORKS COLLECTION STORM SYSTEM .� DEPARTMENT CIVIL PLANS MARCH 2008 + r 'MIN CLEANOUT,TVP. CAP.AND WHERE PAVEMENT;IRON RING& Mp T%PROPERTYLINE COVER PER IFCO#247 OR EQUIVALENT ATCH BASIN-AREA DRAIN TEE 5' MIN, 45'BEND m PERMANENT CAP OR CONNECT PIPE SMIN. --� PRIVATE,JOINT USE UTILITY EASEME 0 O 45'WYE K TEE,CROSS,OR 45'WYE AT BENDS CLEAN-OUTWITH PERMANENTCAP CLEAN-OUT DETAIL CATCH BASIN-AREA DRAIN irr SECTION A-A ALIGN PIPE TOPS,OR PLACE ROOF DRAIN HIGHER. ow VARIES O 2'MIN. COVER OVER COLLECTOR LINE TEMPORARY CAP 00 END OF ROOF DRAIN STUB, MARKED BY 2'x V STAKE PLACE CLEANOUT AT 300'MAX.SPACE,AT 90'BENDS, EACH 2ND 45'BEND, SECTION 8-13 PIPE ENDS go NOTE: ift MIN.PIPE SIZE 6'0 PIPE MATERIALS ALLOWED:PVC,LINED CPE,TRIPLE WALL POLYETHYLENE,DI(IF NEEDED FOR STRENGTH). Yi/ Mir TYPICAL PRIVATE ROOF DRAIN STD. PLAN - 225.10 PUBLIC WORKS DEPARTMENT COLLECTION SYSTEM[ MIr N f0 CROSS SECTION MARCH 2008 err PLAN L t0'MIN. � 5'MIN. � I Jy� �O T A CATCH BASIN ROOF DOWN SPOUT WITH OVERFLOW WYE AND SPLASH BLOCK ELEVATION 12" MIN. 2' - j 4'0 SOLID PIPE 4'0 RIGID PERFORATED PIPE OR 6'0 FLEXIBLE PERFORATED PWE 1 PROP TEE ) BACKFILL 4'0 RIGID PERFORATED PIPE W MIN.SPACING BETWEEN TOP OF PIPE AND FILTER FABRIC ir MK FILTER FABRIC AROUND TRENCH t2'MIN. WASHED ROCK _ I _ t.5'0 TO 0.75'0 -�I 24' SECTION A-A w� p STD. PLAN - 225.20 G � PUBLIC WORKS SINGLE FAMILY ROOF DOWNSPOUT DEPARTMENT INFILTRATION TRENCH �,N,tp MARCH 2008 .Ir w �Itrf access ram into pen 15%max. tfact lines as required slope W pond inlet pipe 3:1 PREFER 2:1 MAxMMUM W* V sediment storage n iW pond design o `Y water surface m c C d w levet E alternate emergency outflow tf� bottom y✓ structure for ponds not required V' to provide a spillway No 4_ compacted embankment control structure 01111o B B `Y go emergency overflow spillway rock lining A NOTE- C t.This detail Is a schematic representation only. Actual configuration Mfr will vary depending on specific site constraints and applicable design criteria. 2.Access Road shall meet the following design criteria. 2.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. Ilrlf 2.2. Outside turning radius shall be 40 feet,minimum, 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shag be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences,Fence shall be provided around facility allowing proper maintenance per standard details unless •r otherwise specified. + PUBLIC WORKS TYPICAL DETENTION POND STD. PLAN - 234.00 DEPARTMENT �N�p MARCH 2008 +r Illi TOP WIDTH OF BERM CONTROLSTRUCTURE EMERGENCY OVERFLOW WS 6'MIN.12115'MIN. 4 OVERFLOW WS a FOR ACCESS ROAD � v m POND DESIGN WS BERM EXISTING GROUND DEBRIS BARRIER �" EMBANKMENT F PROFILE ..a" orMAXIMUM ELEVATION $ 10-yr W.S. O -- \KEY,IF REQUIRED�"' 6"SEDIMENT STORAGE SECTION A-A { CIRCUMFERENCE LENGTH OF OPENING FOR 100 yr FLOW POND DESIGN OVERFLOW WS W.S. FRAME/GRATE FOR SECONDARY INLET. PROVIDE VERTICAL BARS IN FRAME @ 4-O.C.(OTHER SYSTEMS ACCEPTABLE IF APPROVED BY DDES) SEE ALSO THE SEPARATE OVERFLOW STRUCTURE SECTION a-a SECTION B-B has 2 options (AS REQUIRED) 2"ASPHALT ` (FOR SPILLWAYS ON ACCESS ROADS) EMERGENCY OVERFLOW WATER SURFACE - 6'MIN FRFFBOARn 3 3 o, OVERFLOW WS v •' r ' .003J [ 7. Off. c 0 SIGN WS SECTION B-B V ROCK LINING Emergency Overflow Spillway NTS OVERFLOW WS DESIGN WS EfvIERGENCYOVERFLOW WS �7 4 = ROCK LINING PER COMPACTED "' .. EMBANKMENT ^^ gg SECTION C-C NOTE. 1.This detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable design criteria. 2.Access Road shall meet the following design criteria. 2.1, maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. 2.2. Outside turning radius shall be 40 feet,minimum. 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless otherwise specified. STD. PLAN - 234.10 + + PUBLIC WORKS TYPICAL. DETENTION POND DEPARTMENT SECTIONS MARCH 2008 +qtr N 15'(typ)see note i DIAMETER SMOOTH 4 hook clamps evenly z BARS EQUALLY SPACED placed see detail below (4"O-C.MAX.) eta o A J A Provide maintenance access welding 4 crossbars to 4 vertical bars as shown. Hinge upper ends with flanges/ 1 bolts and provide locking 11 mechanism(padlock)on lower end. Locate steps directly below. ilk PLAN VIEW NTS DIA.SMOOTH ROUND BARS LOWER STEEL BAND 4"x 4"WIDE WELDED EQUALLY SPACED. FORMED TO F3T ON GROVE BARS SHALL BE WELDED TO OF C.B.RISER UPPER&LOWER BANDS (24 BANDS EVENLY SPACED SEE NOTE 1) 24' UPPER STEEL tSEE BAND aK"X 4"-M� NOTE i WIDE TYPE 2 CB STANDARD GALVANIZED STEPS OR LADDER AS° SMOOTH rill VERTICAL BARS C.B.RISER SECT>tON A--A NTS HOOK CLAMP CNCHORED TO C.B.RISER 1<?ETAEt H001C CLALMN' iflW NTS NOTES: 40 1.Dimensions are for illustration on 54"diameter CB. For different diameter CB's adjust to maintain 45°angle on "vertical"bars and 7"o.c.maximum spacing of bars around lower steel band. 2.Metal parts must be corrosion resistant•,steel bars must be galvanized.The use of steel is prefer. 3.This debris barrier is also recommended for use on the inlet to roadway cross-culverts with high potential for debris JIM collection(except on type 2 streams) 4.This debris barrier is for use outside of road right-of-way only. For debris cages within road right-of-way t» do PUBLIC WORKS OVERFLOW STRUCTURE STD. PLAN — 234.20 am �, DEPARTIvMENT r-- MARCH 2008 .r + ———— optional parallel tank I ( access risers 1 `) �t i 36" f I (max spacing shown below) I ! min.diameter inlet pipe same as inter pipe (Dackupsystems, t1t1PPP�III^^^ _.—.._--__.—_-------------------� I `I_�J where allowed) I 2'min +Ir A � A Z't' - 36' Oinlet pipe (flow tbrougR} str type 2 C8 required access risers for Row through system only PLAN VIEW NTS "Flow-through'systam shown solid. Designs for"flow backup"system and parallel tanks shown dashed 2'min.diameter air vent pipe welded to tank (required if no across riser on tank) 400'max - access risers 50'max 171 T max sediment storage �k 2' do 36"min. size as required 2'max 2•min diameter(typ) control structure (PROP-T shown) min.W dia. SECTION A-A Type 2 CB NTS "Flow-through'system shown solid. NOTE: All metal parts corrosion resistant. Steel parts galvanized and asphalt coated(Treatment 1 or better) * + PUBLIC WORKS TYPICAL DETENTION TANK STD. PLAN - 235.00 DEPARTMENT Ni Ftp MARCH 2008 itrs tart tr standard type 2.60"diam. C8 concrete top stab frame locking lid f (marked'DRAIN") mounted over 24'diam. -{+ — eccentric opening No 36'CMP riser 4— 6" to PLAN NTS as standard locking maintain 1"gap between bottom of slab&top of riser-provide pliable gasket to exclude dirt 36' compacted pipe bedding riser,36'diam.min., same material&gage as tank welded or fused to tank M.H.steps 12'O.C_ 24" max weld or bolt standard M.H.steps detention tank SECTION NTS I1+D't'i~S: 1. Use adjusting blocks as required to bring frame to guide. 2. All materials to be aluminum or galvanized and asphalt coated(Treatment 1 or better). 3. Must be located for access by maintenance vehicles. 4. May substitute WSDOT special Type N manhole(RCP only). ■111 rr Y PUBLIC WORKS DETENTION TANK STD. PLAN — 235.10 No � Tod DEPARTMENT ACCESS DETAIL MARCH 2008 111110 outlet pipe `---------._.._._.------- — SII ,. I $ III flow flow , iI't A 596 1 � f i —I ----r II Ii ? 1 1 I I 5'%10'opening I I I ( for vaults 2000 sf I I I or greater flow area I I I t iP�-.AN VfEW optional I l I 5'x:0'access vault I I NTS may be used in fleuoftopaccess L----J frames,grates and round solid covers marked'DRAIN'with locking bolts, wall flange (typical) �- -�lii y DESIGN W.S. "Min. no © flow acro I., ll handholds, o steps or ladder see 6*sediment 12" ftOW storage o 12" 2'min. capacity of outlet pipe not Mss than developed 100-yr design flow 2'r n. SECTION A—A 4'minimum ----a-� NTS ilii NOTES: 1. All metal parts must be corrosion resistant. Steel parts must be galvanized and asphalt coated(treatment 1 or better}, 2. Provide water stop at all cast-in-place construction joints. Preceastvaults shall have approved rubber gasket system. 3. Vaults<10'wide must use removable lids. 4. Prefabricated vault sections may require structural modifications to support 5'x 10'opening over main vault Alternatively,access can be provided via a side vestibule as shown. 5, All vault areas must be within 50'of an access point. 6.For vaults under roadways,the removable panel must be located outside the travel lanes. Alternatively,multiple standard locking manhole covers may be provided.Spacing of manhole covers shall be 12 feet,measured on center,to facilitate removal of sediment.Ladders and hand-holds need only be provided at the outlet pipe and inlet pipe, �Y STD. PLAN - 236.00 +n j PUBLIC WORKS TYPICAL DETENTION VAULT �,� ► DEPARTMENT gN tp MARCH 200E removable watertight coupling or flange frame&solid cover marked"DRAIN"with locking bolts 2"min. see note 3 elevation per plans 1'min,under YID pavement 16"max. F6. I vertical bar —' grate for max. 8"min. secondary inlet design W.S. p plate welded to elbow = with orifice as specified elbow reslriclor,see detail ELBOW pipe supports handholds,steps or RESTRICTOR see Note 6 ladder im DETAIL 1.5 x D ` min. 2'min. Tdutlet pipe inlet D see notes 1& J dip¢ _L. G shear gale with control Invert and elevation .E rod for cleanoutfdrain per plans H 12" (rod bent as required for vertical alignment 12" with cover) C==== E welded restrictor plate iv 12" with orifice diameter as specified(not needed If for spill control only) SECTION A-A ISOMETRIC i� 2'min.clearance to any portion of frop-T including elbows t A � NOTES: A/ �rll 1. Use a mimimum of a 54"diameter type 2 catch basin. l 2. Outlet Capacity: 100-Year developed angle as peak flow. necessary 3. Metal Parts: Corrosion resistant. elbow restriciw n see note 7 adddonal ladder rungs Non Galvanized arcs erferred. fin sets)to allow access t Galvanized pipe parts o have asphalt see detail 2'min. to tanks or vaults when treatment 1. `_ catch is fitledwithwater 4. Frame and ladder or steps offset so: A. Cleanout gate is visible from top. til B. Climb-down space is clear of riser and cleanout gate. PLAN VIEW C. Frame is dear of curb. 5. If metal outlet pipe connects to cement concrete pipe:outlet pipe to have smooth tirl O.D.equal to concrete pipe I.D.less 4". 6. Provide at least one 3"X.090 gage support bracket anchored to concrete wall. (maximum 3'-0"vertical spacing) 7. Locate elbow restdctor(s)as necessary to provide minimum ctearance as shown. 8. Locate additional ladder rungs In structures used as access to tanks and vaults to as allow access when catch basin is filled with water. nII ri } PUBLIC WORKS FLOW RESTRICTOR STD. PLAN - 237.00 DEPARTMENT OIL POLLUTION CONTROL TEE MARCH 2008 Frame and round attach shear gate solid cover marked"DRAIN" control rod to support ' with locking bolts. bracket on Inside of access opening frame elevation I'min,under per plans 1'rainpavement maz" � max ws. overflow conditions DESIGN W.S. 6T"min. O = T handholds, - shear gate with elbow restdctors ~- steps or ladder control rod for drain see detail below Q, O I orifice plate 10 gage (Q H minimum galvanized flow steel with orifice 0 diameter V minimum Q less than diameter of 2'min 0 concrete hote 2'}n. a SECTION A-A SECTION B-B NTS NTS B A A 1W B PLAN VIEW NTS removable water-tight coupling grouted ISOMETRIC NTS NOTES: plate welded 6'min. ro elbow with -T �.I outlet capacity: 100 year developed peak flow oriwwle metal parts: corrosion resistant steel parts specified galvanized and asphalt coaled. \6"max, catch basin: type 2 minimum 72"diameter to be constructed in accordance with AASHTO M-199 ELBOW RESTRICTOR DETAIL unless otherwise spedified orifices: sized and located as required with NTS lowest orifice a minimum of 2'from base WA PUBLIC WORKS FLOW RESTRICTOR STD. PIAN - 237.10 t * DEPAR'T'MENT OIL POLLUTION CONTROL BAFFLE MARCH 2008 itt.l Frame and round solid cover marked^DRAIN"with locking bolls. frame s V min vnder �_elevation pavement per pians o ilr 6"min. � T DESIGN W.S. T I O i� I.E.weir,inlet +QI pipe and drain =aown outlet pipe Itr W`e'ir shape flow need pc ftrm noe f�l E performance 111 £ �v oshear gate with Q control rod for E drain.See i.,r outlet pipe SECTION B-B SECTION A-A NTS NTS B handholds, steps or ladder(Z places) t A � A r11 01 Locale additional ladder shear gate rungs{in sets)to allow / Locale horizontal for access to tanks or vaults i clearance with ladder. when sump is tilled Attach red to support MIh urate' bracket on inside of access opening B ISOMETRIC PLAN VIEW NTS NTS 1111 NOTES; Outlet Capacity: 100-year developed peak flow. Metal Parts: corrosion resistant steel parts galvanized and asphalt coated. Catch Basin: type 2 Min.72"diameter to be constructed in accordance with AASHTO M-199 unless otherwise specified. Baffle Wall: to be designed with concrete reinforcing as required. Spill Control Requirements J11f 11111 �Y ti o + + PUBLIC WORKS FLOW RESTRICTOR STD. PLAN - 237.20 .. DEPARTMENT OIL POLLUTION CONTROL NT WEIR MARCH 2008 rr O SX EVENLY SPACED HOLES ON 10 318'BOLT IRCLE FOR BOLTING TO FLANGE CONNECTION. ,Z 1 LLI J Lu !(J --- ---- '- - SEE NOTE 5 ]LEVEL LINE '0 all FRONT SIDE MAXIMUM OPENING OF GATE HANDLE WITH LOCK PIN. [o 0 ADJUSTABLE LOCK HOOK WITH LOCK SCREW, O LIFT HANDLE SHALL BE ATTACHED PER Jyj 1'ROD OR TUBING,VARIABLE LENGTH. MANUFACTURER'S RECOMMENDATIONS. LIFT HANDLE NOTES: 1. SHEAR GATE SHALL BE ALUMINUM ALLOY PER ASTM 5-26-ZG-32a OR CAST IRON ASTM A48 CLASS 308 AS REQUIRED. 2. GATE SHALL BE 13 IN.DIAM.UNLESS OTHERWISE SPECIFIED. 3. GATE SHALL BE.JOINED TO TEE SECTION BY BOLTING(THROUGH FLANGE),WELDING,OR OTHER SECURE MEANS. 4. LIFT ROD:AS SPECIFIED BY MFR.WITH HANDLE EXTENDING TO WITHIN ONE FOOT OF COVER AND ADJUSTABLE HOOK LOCK FASTENED TO FRAME OR UPPER HANDHOLD. 5. GATE SHALL NOT OPEN BEYOND THE CLEAR OPENING BY LIMITED HINGE MOVEMENT,STOP TAB,OR SOME OTHER DEVICE. 6. NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE. 7. MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT. 8. FLANGE MOUNTING BOLTS SHALL BE 3/8 IN.DIAM.STAINLESS STEEL. 9. ALTERNATE CLEANOUT/SHEAR GATES TO THE DESIGN SHOWN ARE ACCEPTABLE,PROVIDED THEY MEET THE MATERIAL SPECIFICATIONS ABOVE AND HAVE A SIX SOLT,10 3/8 IN.SOLT CIRCLE FOR BOLTING TO THE FLANGE CONNECTION. ��Y o PUBLIC WORKS FROP - T - SHEAR GATE DETAIL STD. PLAN - 237.80 DEPARTMENT MARCH 2 8 �N,tp 00 ri �Iw X access road y semen! A Ones as © lines as required � inflow pipe �d sen ing pond if required i connecting Spdtway +r� rir mrdiration pond outflow! Overflow structure emergency overflow spilkhey l i 5'minimum PLAN VIEW A cverfiovdemergency overflow existing ground 12115'ff H>6`typ) 6'if H<6' n \.\! 3:1 slope(typ) \ \ SECTION A•A NOTE: �r 1.This detail Is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable design criteria. 2.Access Road shalt meet the following design criteria. 2.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. 2.2. Outside turning radius shall be 40 feet,minimum. 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless otherwise specified. 11/ �x PUBLIC WORKS TYPICAL INFILTRATION POND STD. PLAN — 238.00 DEPARTMENT MARCH 2008 Irr g 3 N Y Y Ill optional paratlel tank Faccess risers (max spacing 100-ft) 1 - O settling vault or type 2 C.B. outlet pipe _ if required access risers ��, inlet pipe „f_ O O (flow through} A A � outletlover low structure washed rock bedding and backfill to top of tank, PLAN VIEW min.2'beyond edges NTS 2'min,diameter air vent pipe welded to tank idler fabric on100r (required it no access lop l 5o'max 1 'max 50-max f riser on tank) ax riser for infiltration only for delentionrm5itraWn sea Standard Detail 235.00 type 2 C.B.or settling vault if required S. min.dead storage O O O O O O O O Q O 0 0 0 —0 2' in, a'min. L detention tank 1"holes as size as required required overflow structure min_54'( _washed rock bedding type 2 C.B. and backfill to top of tank 36"min.dia.(iyp.) SECTION A-A NTS NOTES: 1. All metal parts corrosion resistant. 2. Steel parts galvanized and asphalt coate(treatment 1 or better). 3. Filter fabric to be placed over washed rock ball. 4. The proposed bottom shall be at least 3 feet above the seasonal high water level and have at least 3 feet of permeable soil beneath the bottom. C� tizY o ', PUBLIC WORKS TYPICAL. INFILTRATION TANK STD. PLAN — 238.10 DEPAR'.CMENT MARCH 2008 LADDER(TYP.) 3 h ACCESS COVER(TYP.)W/LADDER ACCESS TO VAULT, IF>1250$F,PROVIDE 5 X 10 REMOVABLE PANEL OVER INLEWOUTLET PIPE. m INFLOW 20'MAX (RECOMMENDED 5'MAX. 111 O � INLET PIPE(8"MIN.) OUTLET PIPE (8"MIN.) MANHOLE m HIGH FLOW BYPASS SHUT OFF VALVE W/ RISER&VALVE BOX PLAN VIEW NTS N so SLUDGE RETAINING BAFFLE VARIES(CAN BE CONSTRUCTED ON OIL RETAINING BAFFLE GRADE WITHOUT FLOW SPREADING BAFFLEto EXISTING GRADE RISERS) (RECOMMENDED) / TEE(8"MIN.) �\ / / 11 o^"MIN. a i\\ — lee \ I /v 4 — o �� \\: = OIL/WATER 1'MIay EPARATO N IIIb N 0 CHAMBER R Lt (�) 1'MIN.. 24"MIN. 7 min. T min. i `i 1:�l X\)XI\\1 X�l Tl\ 8' IN. GRAVITY GRAIN go REMOVABLE TEE D=T MIN. (RECOMMENDED) L13-L12 &MAX. t'MIN. (APPROX.) m L=5W tIr SECTION VIEW NTS NOTES: 1. GRAVITY DRAIN SHALL BEAT LEAST 8 INCH MINIMUM DIAMETER AND SHALL BE CONTROLLED BY A VALVE,USE OF A SHEAR GATE IS ALLOWED ONLY AT THE INLET OF A PIPE LOCATED WITHIN AN APPROVED STRUCTURE. rr t�Y o �r PUBLIC WORKS BAFFLE OIL / WATER SEPARATOR STD. PLAN - 240.00 DEPARTMENT MARCH 2008 m Y K r 0 z 0 VENTILATION PIPES'12"MIN. ATCORNERS COALESCING PLATE PACK 20'MAX ACCESS COVER (RECOMMENDED) OVER INLET ACCESS COVER (OVER OUTLET) ! LADDER(TYP.) LADDER AND r ACCESS t.. ..j 5'M AK r 7. L VALVE W/ FOREBAY -� ::�rRNE BOX INIET -�PIPE MIN,) ACCESS DOOR ALLOWING REMOVAL OF PLATE PACK OR PROVIDE FULL LENGTH HIGH FLOW BYPASS REMOVABLE COVERS ACROSS ENTIRE CELL. PLAN VIEW NTS VARIES(CAN BE CONSTRUCTED ON GRADE WITHOUT RISERS) \lam\\/\\ /ii/iii r/ 1'MI . 6"min. r� a \j WO WATER SIRFACE P min. \ OIL RETAINING SUBMERGED iPIPt BAFFLE '/�. (50%D MIN.) / 0 COALESCING PLATE PACK INLET WEIR-SOLIDS MIN.I It�m"4 1'MIN. \ RETAINING BAFFLE OR .. WINDOW WALL(SEE TEXT) ' will GRAVITY DRAIN .0/1 a U3 MIN. /��/� MIN. i\ (1-12 RECOMW) L (L!4 RECOMM.) SECTION VIEW NTS NOTES: 1. GRAVITY DRkN SHALL BE AT LEAST 8 INCH MINIMUM DIAMETER AND SHALL BE CONTROLLED BY A VALVE.USE OF A SHEAR GATE IS ALLOWED ONLY AT THE INLET OF A PIPE LOCATED WITHIN AN APPROVED STRUCTURE. 1� a STD. PLAN -- 240.10 o� PUBLIC WORKS COALESCING PLATE AIL / WATER DEPAR,MENT SEPARATOR MARCH 2008 11 TO BYPASS CONVEYANCE SYSTEM OR DETENTION POND TYPE 2 C.B. aw REINFORCED BAFFLE WALL GROUTED TO M.H.STRUCTURE(BOTH ENDS) 1111111110 INFLOW TO WQ FACILITY PLAN VIEW NTS 40 ROUND SOLID LID 4'MIN, OR PROVIDE SEPARATE HANDHOLD AND STEPS OR ACCESS TO EITHER SIDE LADDER ACCESS(PROVIDE OF BAFFLE WALL 40 LADDERS TO BOTH SIDES OF WALL IF WEIR>36'HIGH). WO DESIGN WATER SURFACE ELEVATION-.. INFLOW Td`NATER QUALITY FACILITY go 2.MIN. 4"MIN.THICKNESS REINFORCED CONCRETE BYPASS PIPE BAFFLE WALL OR OTHER SUITABLE MATERIAL SECTION A-A NTS Note: The water quality discharge pipe may require an orifice plate to be installed on the outlet to control the height of the design water surface(weir height). The design water surface should be set to provide a minimum headwallerldiameter ratio of 2,0 on the outlet pipe. PUBLIC WORKS FLOW SPUTTER - OPTION A STD. PLAN - 241.00 DEPARTMENT MARCH 2008 Y Y m TO BYPASS CONVEYANCE SYSTEM OR DETENTION POND 0 baffle to control floatables 2d' INFLOW DIA.OF STANDPIPE' (2 X DIA.OF OUTLET PIPE RECOMMENDED AS STARTING POINT) TYPE-2 C.B. NO BASE CHANNED REQ'D PLAN VIEW A NTS TO WATER QUALITY FACILITY ROUND SOLID LtD BAFFLE TC CONTROL FLOATABLES OR PROVIDE SPILL CONTROL UPSTREAM TOP OF PIPE AT WQ - DESIGN WATER SURFACE ELEVATION AND HEAD FOP OF RISER AT DESIGN WS ELEVATION 2 LOSSES IN OUTLET PIPE 6" T -FEE"SECTION WITH CLEANOUT (OR REMOVABLE BEND-DOWN ELBOW) INFLOW l TO WATER QUALITY FACILITY SOLID BOTTOM (PROVIDE MAINTENANCE LADDER(rYP.) ACCESS) z N ORIFICE SIZED TO PASS WO DESIGN FLOW SECTION A-A NTS *NOTE: Diameter(d)of standpipe should be large enough to minimize head above WQ design WS and to keep WQ design flows from increasing more than 40%during 100-year flows. ti�X o STD. PLAN -- 241.10 PUBLIC WORKS FLOW SPLITTER - OPTION B DEPARTMENT � � Tp MARCH 2008 w Example of anchored plate used Wit,a sand filter* go (may also be used with other water quality facilities). 41111111 tib INLET PIPE V-NOTCHED OR LEVEL PLATE SPREADER EXTEND INTO SLOPE TO PROTECT FROM THE 100 YEAR FLOW OR THE HIGHEST FLOW ENTERING WATER QUALITY FACILITY. ANCHOR POSTS it SPACED 6'O.C. t., EDGE OF SAND OR AT EACH END IF WIDTH a 6. SAND BED RIPRAP AS SPECIFIED IN WO FACILITY DESIGNS *SAND FILTER MAY USE OTHER SPREADING OPTIONS. POND SIDE SLOPES PLAN VIEW NTS 00 11111111 2*MIN. ROCK RIP RAP sand layer MIN. gravel layer X (MIN.) existing grade Will INLET PIPE tlrr LEVEL SPREADER PLATE BOLTED TO ANCHOR POST Z(MIN.)EMBEDDED INTO EXISTING GROUND Alternative Design tr Catch basin recommended for SECTION A-A higher flow situations(generally for inflow velocities of 5 fps or NTS greater for 100 year storm). NOTES: 1. FLOW SPREADER PLATES MAY BE MADE OF EITHER WOOD,METAL,FIBERGLASS REINFORCED PLASTIC,OR OTHER DURABLE MATERIAL. IF WOOD,PRESSURE TREATED 4 BY 10-INCH LUMBER OR LANDSCAPE TIMBERS ARE ACCEPTABLE. 2. ANCHOR POST SHALL BE 4-INCHES SQUARE CONCRETE,TUBULAR STAINLESS STEEL,OR OTHER MATERIAL RESISTANCE TO DECAY tr PUBLIC WORKS FLOW SPREADER - OPTION A STD. PLAN - 242.00 DEPARTMENT ANCHORED PLATE MARCH 2008 N Y Example of a concrete sump flow m spreader used with a biofiltration swale _ (may be used with other WQ facilities). 0 SIDE WITH WING WALLS SEE NOTE CONCRETE SUMP SWALE BOTTOM OUTFALL RtPRAP INLET PIPE A � A WING WALL B PLAN VIEW NTS X�\ INLET PIPE WING WALL OUTLINE 2-MIN.CLEARANCE (MIN.) /i:%\�� \\\//�/\;\,,,I j✓/�/\�\�" CONCRETE SUMP (4-WALL THICKNESS) 24"(MIN.) SECTION A-A NTS 2"(MIN.) T � Note: 1. Extend sides into slope. Height of side wall and wing wails must be sufficient SECTION 13 6 to handle the 100-year flow or the highest NTS SPLASH ROCK flow entering the facility. 2 Concrete for sump box maybe either cast-in-place or pre-cast,but the bottom of the sump shall be reinforced with wire mesh for IN cast-in-place sumps. 3. Sump boxes shall be placed over bases that consist of 4 inches of crushed rock, Inch minus to help assure the sump remain levet. STD. FLAN - 242.10 PUBLIC WORKS FLOW SPREADER OPTION B DEPARr..CMENT CONCRETE SUMP BOX MARCH 2008 tui rf MAINTENANCE ACCESS ROAD (MODULAR GRID PAVEMENT POROUS PAVEMENT,ASPHALT, CONCRETE OR GRAVEL)FOR z VEHICLE ACCESS WIw ISO FLOW SPREADER a(, 4' u, J dd MIO-SWALE FLOW SPREADER 41 ROADWAY LENGTH DEPENDS ON (RECOMMENDED) SWALE AREA(SEE NOTE) a6 �v6 '�• SWALE DIVIDER FOR WIDTH>10 FT � WATER QUALITY DESIGN DEPTH(Y)=4'MAX. (2'FOR FREQUENTLY MOWED AREAS) BIOFILTRATION SWALE BOTTOM Y+i' (MIN.SWALE LENGTH=100 FT.) d• d. _ — I — d• `� 2'COMPOST TILLED INTO 6•NATIVE SOIL �• BOTTOM WIDTH=(B) d M X.>t6 F'r+DIVIDER WIDE 1� MIN.=2 FT OUTLET NOTE: Longitudinal slope 1-6%. PLAN TYPICAL SWALE SECTION Provide underdrain for slopes<1.5%. W�1 FILTER FABRIC WRAP OF TOP,SIDES AND BOTTOM UNDERDRAIN FOR SLOPES<1.5% SOIL AMENDED WITH COMPOST 6'0.11N.AMENDED SOIL dw SWALE BOTTOM 6'MIN.OVER PIPE PERFORATES PTFE UNDERDRAIN ow CENTERED BENEATH SWALE PERFORATED UNDERDRAIN do PIPE CENTERED BENEATH SWALE ORIGINAL SOIL � MINUS CLEAN DRAIN ROCK DETAIL A FILTER FABRIC SECTION NOTE: Underdrain must infilitrate or drain freely to an acceptable discharge point. .r BIOFILTRATION SWALE SCHEMATIC STD. PLAN — 243.00 + �► 'j PUBLIC WORKS .. DEPARTMENT !CROSS SECTION AND UNDERDRAIN .� DETAIL MARCH 2008 rw 16 ACCESS DOORS FLOW SPREADER INLET PIPE OVERFLOW ROUTE RADIAL FLOW CARTRIDGES WITH COMPOST it it it OUTLET PIPE UNDERDRAIN MANIFOLD NOTES 1. CONDITION OF USE 1.1. MAY BE USED AS A SECOND WATER QUALITY FACILITY IN ENHANCED BASIC WATER QUALITY TREATMENT. 1.2. MAY BE FILLED WITH SEVERAL TYPES OF FILTER MEDIA INCLUDING PERLITE,ZEOLITE AND IRONINFUSSED MEDIA. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. STORMFILTER SIZING IS BASED ON THE WATER QUALITY FLOW. 2.2. ACCESS MOST BE:PROVIDED BY EITHER 3'X9'ACCESS DOOR OR REMOVABLE PANELS TO ALLOW FOR REMOVAL AND REPLACEMENT OF EITHER FILTER CARTRIDGE.REMOVABLE PANELS SHALL BE AT GRADE,HAVE STAINLESS STEEL LIFTING EYES,AND WEIGHT NO MORE THAN 5 TONS PER PANEL. 2.3. ACCESS TO THE INFLOW AND OUTLET CELLS MUST BE PROVIDED. 2.4. LADDER ACCESS IS REQUIRED WHEN VAULT HEIGHT EXCEEDS 4 FEET. 2.5. LOCKING LIDS SHALL BE PROVIDED AS SPECIFIED FOR DETENTION. 3. MAINTENANCE STANDARDS 3.1, ROUTINE MAINTENANCE SHALL INCLUDE INSPECTING FOR DEBRIS,VEGETATION,AND SEDIMENT ACCUMULATION,FLUSHING THE UNDER DRAIN,AND REMOVING OR REPLACING COMPOST MEDIA, 3.2. SEDIMENT SHALL BE REMOVED WHEN THE ACCUMULATION CAUSES THE INFILTRATION CAPACITY TO DROP BELLOW DESIGN FLOW RATE. 3.3. THE MEDIA SHALL.BE REPLACED AT LEAST ONCE A YEAR OR WHEN INFILTRATION CAPACITY IS UNRECOVERABLE. 3.4. MEDIA SHALL BE DISPOSED OF IN ACCORDANCE WITH APPLICABLE REGULATIONS INCLUDING THE STATE DANGEROUS WASTE REGULATIONS(WAC-173-303). STD. PLAN — 248.00 PUBLIC WORKS STORMFILTER -� DEPAR`CMENT SCHEMATIC ��N�o� MARCH 2008 r. � N g A INLET PIPE 8 CATCH BASIN PER z _ JICCESS:I�OAD Tf.3 INLES ST}2UCTURE i DETENTION FACILITY REQUIREMENTS D� ACCESS RAMP TO BOTTOM OF FIRST WETPOOL CELL(7HaV)(SEE TEXT) aw FIRST WETPOOL CELL - BERM OR BAFFLE AT DESIGN 25%TO 35%OF WETPOOL VOLUME, WS OR SUBMERGED V EXCLUDING ACCESS RAMP BELOW DESIGN W.S. 10 EXTEND BERM ACROSS ENTIRE WETPOOL WIDTH. BERM TOP WIDTH 5'MIN.(IF EARTHEN) f J SECOND WETPOOL CELL to WQ DESIGN WS A OVERFLOW WS Wetpool _ IiIIIII EMERGENCY OVERFLOW WS width PLANTINGS REQUIRED ON CUT -y�/( SLOPES FOR LAKE PROTECTION 8 FACILITIES EMERGENCY SPILLWAY PER MANHOLE 8 OUTLET PIPE DETENTION FACILITY REQUIREMENTS SIZED TO PASS PEAK FLOW PER Ir CONVEYANCE REQUIREMENTS .T� • o•� ' ACCESS ROAD TO OUTLET EROSION CONTROL 8 o OUTLET STRUCT€-€R .,; ENERGY DISSIPATION PER ');( DETENTION FACILITY REQUIREMENTS ibJ _ so 8 PLAN VIEW NTS �r NOTE: 1. This detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable design criteria. 2. Access Road shall meet the following design criteria. 2.1. Maximum grade shalt be 15%for asphalt paving and 12%for gravel or modular grid paving. 2.2. Outside turning radius shall be 40 feet,minimum. 2.3. Fence gates shalt be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. am 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless otherwise specified. 4. Wetponds with wetpool volumes less than or equal to 4,000 cubic feet may be single celled(i.e.,no baffle ro berm is required). aw tax � + PUBLIC WORKS TYPICAL WETPOND STD. PLAN — 249.00 myDEPARTMENT MARCH 2008 Irlu r SLOPE VEGETATION PER DETENTION WETPOOL FLOW LENGTH=3(MIN.)X WIDTH FACILITY REQUIREMENTS ¢ FIRST CELL DEPTH 4'MIN. WETPOOL DEPTH 8'MAX.RECIRCULATION r TO 8'MAX. RECOMMENDED FOR DEPTH�8' m 0 1 fV EMERGENCY OVERFLOW WS OVERFLOW WS INLET \///\\\\ \y T MIN. EMERGENT VEGETATION INLET EROSION CONTROU KEYED REQUIRED FOR WETPOOL SLOPE PROTECTION PER DEPTHS Y OR LESS DETENTION FACILITY NOTE:BERM SLOPE MAY BE REQUIREMENTS 2:1 WHEN TOP SUBMERGED 1'BELOW WQ DESIGN WS SEDIMENT STORAGE DEPTH=V MIN. SECTION A-A NTS OUTLET PIPE INVERT AT - FENCE REQUIRED FOR SIDE SLOPES WETPOOL WS ELEVATION STEEPER THAN 3(V):1(H) ACCESS ROAD EMERGENCYOVERFL6 CAPACITY OF OUTLET SYSTEM 3NVERT 8"MIN, OVER W T z \\\ \ \\�\\ \ SIZED TO PASS PEAK FLOW FOR OF NOT RPIAAW TOP L W.0,DESIGN WS _ �\\���\�/\\ \�\D\ \ CONVEYANCE REQ. / /\\ BERM. LOWER 12*min. PLACEMENT IS DESIRABLE 18'MIN. IN GRAVITY DRAIN MANHOLEOR \�9\�, '?��\�•,� 5 (IF8TYPE 2 GMIN.DIAMETER ALLOWS) CATCH BASIN VALVE EXTERIOR BERMS DESIGNED PER (MAY BE LOCATED INSIDE MH DAM SAFETY REQUIREMENTS OR OUTSIDE WITH APPROVED IFAPPLICABLE OPERATIONAL ACCESS) SECTION B-B NTS NOTE: 1. See detention facility requirements for location and setback requirements. 2. Ali facilities shall be fenced.Fence shall be provided around facility allowing proper maintenance of the facility. 3.This detail is a schematic representation only. Actual Configuration will vary depending on specific site constraints and applicable design criteria. 4.Access Road shall meet the following design criteria. 4.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. 4.2. Outside turning radius shall be 40 feet,minimum. 4.3. Fence gates shall be located only on straingh section of road. 4.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 4.5. A paved apron shall be provided where access roads connect to paved public roadways. 4�X o STD. PLAN - 249.10 PUBLIC WORKS TYPICAL WETPOND SECTIONS DEPARrFMENT MARCH 2008 .r B 3 ACCESS COVER OR DOORS REQUIRED. Y� m e... (MAY A z 3 fm a OVER SECOND CELL WETPOOL IDED BY A GRATED WIDTH S DOOR OR PANEL), BOTTOM REMOVABLE BAFFLE OR WALL aw SEE NOTE OUTLET WETPOOL LENGTH OPEN PIPE FOR WETVAj SEE DETE7EN71ON V PLAN VIEW COMBINED WATER FRAME,GRATE AND NTS DETENTION VAULLOCKING COVER MARKED BDRAIN-(TYP.) SIZE TO MEET CONVEY DETENTION OPTIONAL REQUIREMENTS(CH.1) do LADDER 1' WQ DESIGN WS - INELT REMOVABLE/ ' BAFFLE NOTE: CAPACITY OF OUTLET FIRST CELL SIZED FOR WETPOOL PIPE DESIGNED TO PEAK FLOW 25%TO 35%OF WETPOOL VOLUME _ DEPTH 1'FOR WQ VAULTS 2' FOR CONVEYANCE $MAX' FOR COMBINED W.Q. W 3'MIN. AND DETENTION VAULTS 2'min. GRAVITY DRAIN OF GRADE ALLOWS)PLACE _ AS LOW AS GRADE ALLOWS BIR'MUST BE 6'MIN,ABOVE THE BASE ELEVATION 7 BOTTOM SLOPE 0.5%-2% STORAGdo OF E WALLAREAS OR ABOVE SEDIMENT TOWARD INLET END AVERAGE SEDIMENT STORAGE SECTION A A I'MIN.(FIRST CELL) NTS BOTTOM SLOPE 0.5-2%TOWARDS OUTLET lm END OF SECOND CELL(RECOMMENDED) ACCESS DOORS OR REMOVABLE PANEL WO DESIGN WS wa 7'MIN. ` 4'MIN, AVERAGE 1'SEDIMENT STORAGE (FIRST CELL) AVERAGE-SEDIMENT STORAGE ♦ (FIRST CELL) - SECTION S B NOTE: NTS 1.1. THE VAULT SHALL BE SEPARATED INTO TWO CELLS BY A WALL OR A REMOVABLE BAFFLE.IF A WALL OR NON REMOVABLE BAFFLE IS USED,A 5-FOOT C X 10-FOOT REMOVABLE REMOVABLE MAINTENANCE ACCESS MOST BE PROVIDED FOR BOTH CELLS. No 1.2_ FOR VAULTS UNDER ROADWAYS,THE REMOVABLE PANEL MUST BE LOCATED OUTSIDE THE TRAVEL LANES. ALTERNATIVELY,MULTIPLE STANDARD LOCKING MANHOLE COVERS MAY BE PROVIDED.SPACING OF MANHOLE COVERS SHALL BE 12 FEET,MEASURED ON CENTER,TO FACILITATE REMOVAL OF SEDIMENT.LADDERS AND HAND-HOLDS NEED ONLY BE PROVIDED AT THE OUTLET PIPE AND INLET PIPE, �Y * PUBLIC WORKS WETVAULT S'I'D. PLAN - 249.20 DEPARTMENT LrN,�O MARCH 2008 rr �Il � itis Y m INFL WETLAND CELL 'sir ef," Si'r•`fy `<. FIRST CELL(FOREBAY) t 2.. _yr k t... c •f ' rz �. PLANT WITH �.' ACCES$ftOAn[7 r sa WETLAND PLANTS '91CCESSR A�: j,= cFti�--��� SPILLWAY J � PLAN VIEW Option A NTS OUTLET STRUCTURE (SEE DETAIL NLET FIGURE) SUBMERGED FIRST CELL DEPTH 4'MIN.TO 8'MAX 2.5 It MAX. R WO DESIGN WS v INLET + + 2 h` + ^ '���+�. .0.a:+ ++ .(.,. +� ++.+ �.•. T MIN. IF REQVIRED,PLACE LINER IN INLET EROSION CONTROUSLOPE SECOND CELL TO HOLD WATER PROTECTION PER DETENTION FACILITY REQUIREMENTS SLOPE MAYBE 2:1 WHEN TOP SUBMERGED I FT BELOW DESIGN WS SEDIMENT STORAGE DEPTH=Y MIN. SECTION VIEW Option A NTS NOTE: 1. This detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable Old design criteria. 2. Access Road shall meet the fallowing design criteria. 2.1. Maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. 2.2. Outside turning radius shall be 40 feet,minimum. 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless otherwise specified. 4. Wetponds with wetpool volumes less than or equal to 4,000 cubic feet may be single celled(Le.,no baffle ro berm is required). 1�X STD. PLAN — 249.30 �[p PUBLIC WORKS STQRMWATER WETLAND DEPARTMENT OPTION A c��.�o MARCH 2008 ar. g0,A Y - INLET PIPE&CATCH BASIN PER i �.,ACCES$ROAD TO)NLETSTRUCTURE � - WETPOND FACILITY REQUIREMENTS as ACCESS RAMP TO ', `+ �. BOTTOM OF FIRST l:i i _ - - FIRST WETPOOL CELL WETPOOL CELL a �.{ 25%TO 35%OF WETPOOL (7R-IV)(§E£TEXT) VOLUME,EXCLUDING ACCESS RAMP r BERM OR BAFFLE AT WQ --- DESIGN WS OR SUBMERGED V BELOW WO DESIGN WS EXTEND BERM ACROSS ENTIRE 011k BERM TOP WIDTH 5 MIN. -l"+i (IF EARTHEN) SECOND WETPOOL CELL wQ D=_s1GN Ws --- DETENTION WS +.� OVERFLOW WS w - yA� 40 EMERGENCY OVERFLOW WS - PLANTINGS REQUIRED ON ". CUT SLOPES FOR LAKE ] , PROTECTION FACILITIES 3't Q J:. EMERGENCY SPILLWAY { CONTROL MANHOLE&OUTLET PER DETENTION FACILITY REQUIREMENTS B -, PIPE SIZED PER DETENTION FACILITY REQUIREMENTS �� ObJUC aw 77; O OUTLET EROSION CONTROL iYI &ENERGY DISSIPATION PER DETENTION FACILITY REQUIREMENTS NOTE". 1.Th€s detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable ACCESS ROAD TO design criteria. g OUTLET STRUCTURE 2.Access Road shall meet the following design criteria. 2.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. YID 2.2. Outside turning radius shall be 40 feel,minimum. 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless 00 otherMse specified. �Y t o PUBLIC WORKS COMBINED DETENTION SSD. PLATT - 252A0 DEPARTMENT AND WETPOND MARCH 2008 .nr v Y m z 0 SLOPE VEGETATION PER DETENTION FACILITY REQUIREMENTS WETPOOL FLOW LENGTH=3 X WIDTH MIN. ACCESS ROAD WETPOOL DEPTH 8'MAX. PER D£TENTON FIRST CELL RECIRCULATION RECOMMENDED FOR DEPTH>6. FACILITY REQUIREMENTS DEPTH 4'MIN. TO 8'MAX. DETENTION OVERFLOW�V PER DETENTION EMERGENCY FACILITY REQUIREMENTS OETENI1014OVERF OW WS OFTEN 2N WO DESIGN WS \\\ 2'min. 3 A Mi t SUBMERGED INLET /\\//\�� //�//\ /.�//1\\\�1\\//%\//%\//%\\/1f�\//%\//%\// EMERGENT VEGETATION KEYEDNOTE: BERM SLOPE REQUIRED FOR WETPOOL DEPTHS 3'OR LESS. INLET EROSION CONTROL] TOP OF BERM OR MAYBE 2:1 WHEN TOP SLOPE PROTECTION PER OF BERM SUBMERGED DETENTION FACILITY BAFFLE LEVEL AND 1'BELOW WO DESIGN WS REQUIREMENTS AT WETPOOL DESIGN ELEVATION(FLOW EXITS FIRST CELL OVER BERM)OR AS NOTED SEDIMENT STORAGE DEPTH-i'MIN. SECTION A-A NTS FENCE REQUIRED OUTLET PIPE INVERT OUT AT WETPOOL WS ELEVATION ACCESS ROAD EMERGENCY OVERFLOW WS \\\\\\\\\\ DETENTION OVERFLOW WS \//�//\+�//\///\/// CAPACITY OF OUTLET SYSTEM DETENTION DESIGN WS _ \\\//\\\//�\//\\\//\\\//\\\// REQUIREMENTS PER DETENTION FACILITY _WO DESIGN WS Y \\\ \�/�\\ \ \ INVERT 6'MIN. T BELOW TOP OF INTERNAL 18'min. BERM.LOWER PLACEMENT � \Qi\...... Is DESIRABLE. •/ //\\///�///\\ GRAVITY DRAIN E 2 (IF GRADE ALLOWS) CATCH BASIN 8"MIN.DIAMETER VALVE CATCH WISUMP EXTERIOR BERMS DESIGNED PER DAM SAFETY REQUIREMENTS IF APPLICABLE SECTION B-B MOTS: NTS 1.This detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable design criteria. 2.Access Road shall meet the following design criteria, 2.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. 2.2. Outside turning radius shall be 40 feet,minimum. i 2.3. Fence gates shall be located only on slraingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless otherwise specified. PUBLIC WORKS COMBINED DETENTION STD. PLAN - 252.10 ANT DEPARTMENT AND WETPOND - SECTIONS MARCH 2008 tt�r a � Y Y N {Z G o r i SLOPE VEGETATION PER DETENTION FACILITY REQUIREMENTS f� OUTLET STRUCTURE (SEE DETAIL FIGURE) ACCESS ROAD PER DETENTION FIRST CELL FACILITY REQUIREMENTS DEPTH 4'MIN. TO 8'MAX, Y� 2S ft MAX. DETENTION PER DETENTION FACILITY REQUIREMENTS .ETENTI('ZN,QESIGN WS WQ DESIGN WS 4W \\ 2'min, SUBMERGED INLET Y� INLET EROSION CONTROU IF REQUIRED,PLACE LINER IN SLOPE PROTECTION PER SECOND CELL TO HOLD WATER DETENTION FACILITY REQUIREMENTS Y SEDIMENT STORAGE DEPTH=i'MIN,. SECTION i NOTE: y� 1.This detail is a schematic representation only. Actual configuration will vary depending on specific site constraints and applicable design criteria. 2.Access Road shall meet the following design criteria. 2.1. maximum grade shall be 15%for asphalt paving and 12%for gravel or modular grid paving. illw 2.2. Outside turning radius shall be 40 feet,minimum. 2.3. Fence gates shall be located only on straingh section of road. 2.4. Access roads shall be 15 feet in width on curves and 12 feet n straight sections. 2.5. A paved apron shall be provided where access roads connect to paved public roadways. 3. All facilities shall be fences.Fence shall be provided around facility allowing proper maintenance per standard details unless +w otherwise specified. d" ti`tX 0 + PUBLIC WORKS COMBINED DETENTION STD. PLAN -- 253.00 a" �=' DEPARTMENT AND STORMWATER WETLAND MARCH 2008 �N T� SECTIONS rr B 3 ACCESS COVER OR DOORS REQUIRED. N Y 2 m LADDER A z 0 5'X IT GRATE OVER SECOND CELL WETPOOL (MAY BE PROVIDED BY A GRATED WIDTH 5'X 10'ACCESS DOOR OR PANEL) A �'V'SHAPED BOTTOM REhIDVABLE BAFFLE OR WALL SEE NOTE 7L TW OUTLET WETPOOL LENGTH OPEN PIPE FOR WETVAULT ONLY. SEE DETETENTION VAULT FOR FRAME,GRATE AND PLAN VIEW COMBINED TER QUALITY/ LOCKINGNTS MT LOCKING COVER MARKED OUTLETB 'DRAIN-(iYP.) SIZE TO MEET CONVEYANCE DETENTION REQUIREMENTS(CH.1) 1' WO DESIGN WS INELT REMOVABLE/ 2 BAFFLE NOTE: CAPACITY OF OUTLET FIRST CELL SIZED FOR WETPOOL LADDER "'- PIPE DESIGNED TO PEAK FLOW 25%TO 35%OF WETPOOL VOLUME DEPTH FOR CONVEYANCE 8'MAX. - X MIN. 2'min. GRAVITY DRAIN(IF GRADE ALLOWS)PLACE AS LOW AS GRADE ALLOWS BUT MUST BE 6`MIN.ABOVE THE BASE ELEVATION OF VAULT WALLS OR ABOVE SEDIMENT BOTTOM SLOPE 0.54'-2% STORAGE AREA TOWARD INLET END ' AVERAGE SEDIMENT STORAGE SECTION A-A 1'MIN.(FIRST CELL) NTS BOTTOM SLOPE 0.55-2%TOWARDS OUTLET END OF SECOND CELL(RECOMMENDED) ACCESS DOORS OR REMOVABLE PANEL \\�\\% WQ DESIGN WS T MIN. 4'MIN. AVERAGE I'SEDIMENT STORAGE (FIRSTCELL) AVERAGE 1'SEDIMENT STORAGE (FIRST CELL) SECTION B-B NOTE: HTS 1.1. THE VAULT SHALL BE SEPARATED INTO TWO CELLS BY A WALL OR A REMOVABLE BAFFLE.IF A WALL OR NON REMOVABLE BAFFLE IS USED,A 5-FOOT C X 10-FOOT REMOVABLE REMOVABLE MAINTENANCE ACCESS MOST BE PROVIDED FOR BOTH CELLS, 1.2, FOR VAULTS UNDER ROADWAYS,THE REMOVABLE:PANEL MUST BE LOCATED OUTSIDE THE TRAVEL LANES. ALTERNATIVELY,MULTIPLE STANDARD LOCKING MANHOLE COVERS MAY BE PROVIDED.SPACING OF MANHOLE COVERS SHALL BE 12 FEET,MEASURED ON CENTER,TO FACILITATE REMOVAL OF SEDIMENT.LADDERS AND HAND-HOLDS NEED ONLY BE PROVIDED AT THE OUTLET PIPE AND INLET PIPE, �Y �^7� PUBLIC WORKS COMBINED DETENTION AND STD. PLAN - 254.00 �► DEPARTMENT WETVAULT �Nzo MARCH 2008 .r w z w r 9� 3 0 Z TESTING DETAIL rrll F sn X 18 FT w do L .< , 0 NEW D.I. WATER LINE lilt TAPPING TEE (MJxFL) VERTICAL CROSS(MJxFL) FOR POLYPIGGING TAPPING GATE VALVE (FL XMJ) 1-BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG TEMPORARY PLUG (MJ) WITH 2-INCH TAP 1-BLEND FLANGE ON BOTTOM y AND 2-INCH BLOW-OFF ASSEMBLY I-PLUG(MJ) WITH 2-TAP & 2" BLOW-OFF CONCRETE BLOCKING TEMPORARY BLOCK w Z ui W r a i>r�l 3 0 z FINAL CONNECTION DETAIL trY11 X W 111111110— 1 Ll 4- F_ NEW D.I. WATER LINE irr AFTER ALL CLEANING BY POLYPIG, PRESSURE TESTING AND DISINFECTION, REMOVE TEMPORAY BLOCK & BLOW-OFF WIII AND CONNECT TO VALVE NTH D.I. SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES NOTES. I 1. TAPPING TEES SHALL BE MADE OF CAST IRON, DUCTILE IRON OR EPDXY-COATED STEEL. BOLTS AND NUTS SHAL BE COR-TEN. ALL TEES AND VALVES SHALL BE WATER TESTED BEFORE TAP 2. NO SIZE ON SIZE TAPS ON CAST-IRON WATER LINES. TAP SHALL BE AT LEAST 2' SMALLER DIAMETER THAN THE EXISTING MAIN. 3. NO WET TAP ON ASBESTOS CEMENT LINE OR STEEL UNE 4, WET-TAPPING OF EXISTING CITY OF RENTON WATER MAINS WILL BE DONE BY SPEER TAPS, INC., U.S. FILTER, SUPERIOR TAPPING INC, OR WESTERN UTILITIES SUPPLY CO., INC. 5. CONTRACTOR SHALL POTHOLE AND EVRIFY THE HORIZONTAL AND VERTICAL ALIGNMENT OF EXISTING LINE OR STUB AND SHALL START LAYING THE NEW LINE AT THE SAME HORIZONTAL AND VERTICAL ALIGNMENT OF THE EXISTING STUB. 5. CITY FORCES WILL PERFORM THE FINAL CONNECTION FROM THE WATER LINE TO THE TAPPING VALVE WITH D.I. SLEEVE AND D.I. SPOOL. PUBLIC WORKS >�!I►NE0770" TO WAIF mom STD. PLAN - 540.1 DETIARTMENT URM TAPMMW ?=i VALVIN JANUARY 2009 ,irr DCISTING WATER UNE PLAN VIEW TESTING DETAIL tB FT O NEW WATER LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLINO FLANGE ON TOP WITH 2-TAP & 2-PLUG ONE BUND FLANGE ON BOTTOM ONE (MJ) PLUG WrrH 2" TAP & 2"TEMPORARY BLOW—OFF TEMPORARY BLOCK ( CUT—IN (BY CITY FORCES) TEE (FLxFQ W/ CONIC. BLOCK 1— GATE VALVES (FLxMJ) 2— SOLID SLEEVES (MJ) OR RO—MAC COUPLINGS 1— PLUG (MJ) W/2-TAP & TEMP. BLOW—OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL l AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE Y STD. PZatfN — 300.2 " PUBLIC WORKS CONNECTION TO WA I=AEAW DEPARTMENT Clff/y1FL/ =TSE& DrM�V/lLVZ �'�'tvToti' JANUARY 2009 +r EXISTING WATER LINE PLAN VIEW TESTING DETAIL Wr t8 FT do 1 WE EE 0 FNEW WATER LINE om-[\i/IY VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC, BLOCK 2- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ> OR RD-MAC COUPLINGS 111 1- ADAPTER (FL X MJ) 1- PLUG (MJ) W/2'TAP & TEMP. BLOW-OFF TEMP, BLOCK EXISTING WATER LINE Ali �L EXISTING WATER LINE FINAL CONNECTION DETAIL ■ir fwl AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT y WITH SLEEVE (MJ) & 31 WITH SPOOLS FINAL CONNECTION BY CITY FORCES YI/ EXISTING WATER LINE 9�11t STD. PLAN — 3110.8 �► PUBLIC WORKS taANN +.PION 70 WATM MUM K DEPARTMENT Cxffljd6umi'''wm A lum VALVA 'PF 2p JANUARY 2009 EXISTING WATER LINE PLAN VIEW TESTING DETAIL tH FT WENEW WATER LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 3- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS I- PLUG (MJ) W/2'TAP & TEMP. BLOW-OFF TEMP, BLOCK EXISTING WATER LINE E EXISTING WATER LINE FINAL CONNECTION DETAIL A I W-_ AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP, BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES E>� EXISTING WATER LINE STD. PLAN — 300.4 � �'�► j PUBLIC WORKS 7O WATM MUM DLPARTM1ENT Ci/T ANPI Iff?'M i STl/ VAtL VM � A11o� JANUARY 2009 TESTING DETAIL ±10 FT NEW WATER LINE �. EXISTING WATER LINE O irr r EXISTING TEE, DEAD END LINE, CAP OR PLUG DO NOT DISTURB BLOCKING VERTICAL CROSS (MJxFL) FOR POLYPIGGING r. 1—BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG 1—BLEND FLANGE ON BOTTOM 1—PLUG(MJ) W/2"TAP & 2" BLOW—OFF rs TEMP. BLOCK .� FINAL CONNECTION DETAIL NEW WATER LINE EXIST. WATER LINE O O AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.I. SPOOLS FINAL CONNECTION BY CITY FORCES .w Gn "� PUBLIC WORKS OONNAWYMN TO WAMW MWN STD. PUN — 300.6 D},PM) PARJ' ,NT O7�t1!!<m T=OR M#b LINK CAP �A�N�o•2 JANUARY 2009 rr r TEMPORARY 2" GALVANIZED PIPE AND 2- GATE VALVE FINISHED GRADE ELEVATION /���i�\��`��`�����%i�\��\�`%,�\;�%i�i•\%/i\\�\\i�\j%�%����\\. \\fry�\\�\\��\ice\a\ice\%`�\�` INSTALL 2" PLUG ON TOP BLIND FLANGE 3 FT MIN. COVER (10-INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG 4 FT MIN. COVER (12-INCH DIAMETER AND OVER) ed NEW WATER MAIN POLYPIG f . VERTICAL CROSS FOR POLYPIGGING STATION: SiZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN UNE VERTICAL CROSS (MJ X FL.) ONE BUND FLANGE ON TOP OF CROSS WITH 2' TAP & 2' TEMPORARY BLOW-OFF ASSEMBLY (REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING 'POLY-PIG') ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN PUBLIC WORKS JDMYPM STATIM PCW STD' PLAN 300.6 � DEPARTMENTP CW WATM ANARM �NZO` JANUARY 2009 r rr FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET V41TH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. r 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB �lll TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD B" TOP SECTION 4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT © EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). MAX MIN 2. RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO-WAY BLUE. r` Ylri > Y 42" MIN CONCRETE BLOCKING BURY :St O :. y` MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" NUM 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. CONCRETE BLOCK iw UNDER HYDRANT \\"-1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN. 1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY do i LEVEL ALL GROUND MIN 3' RADIUS LEVEL ALL GROUND MIN 3' RADIUS 1 9r 4.$75" x 5" STORZ 6 11 ONE MAN ROCK 9 1 1 i o 6 }1 Fl LL C U T ,,. HYDRANT LOCATION IN CUT OR FILL �Y o SM. PIAN — 310.1 PUBLIC WORKS /lel HYDIR,AN�•�S i�Y ]DEPARTMENT JANUARY 2009 +rr MARKER MARKER MARKER T t Ifs lir TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET 11i1Y MARKER MARKER FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF `.STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS =m �..- 4' RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) `'�► PUBLIC WORKS MYDA WA#AAtK=LAV%Pf l' SM. PLAN - 310.8 + + DF,PAR'1'MENT ��N cod JANUARY 2009 No ow 13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE G"TY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 1-5/8" DRILLED PIPING PIPING +0 HOLE FOR TOUCHREAD PIT LID (SEE DETAIL A-A) JI IN UNIMPROVED RIGHT OF J ---WAY INSTALL METER BOX AT r' PROPERTY LINE NTH 12" No w' LONG COPPER TAILPIECE. w' 12" MAX a( SIDEWALK a I FINISH GRADE AMM Z 4 a TOUCHREAD WATER j METER TO BE o o0 SUPPLIED BY THE 12 z¢a 36" MIN COVER `�M CITY- - _ TYPE "K" SOFT o o / 22-1/2' COPPER TUBING N n o / NEW DUCTILE IRON WATERMAiN IF7SERI\OCELINENOUS£ IS 3/4" OR 1" TTHE FUTURE GALVANIZED IN3 OR 44 FIDT PLUG x OMRESSIOCOUPLING LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER SERVICE COPPERSFTTER FOR 5/8"x3/4" METER: FORD LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR wo MUELLER: 3/4-B-2470-2 NTH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP. FORD TAPERED THREAD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR (CC). QUICK JOINT MCDONALO BRASS: 21-415WCOQ44, OR MUELLER: 1-8-2470-2 (3/4" FIDOO-3-G) OR AY MCDONALD 4701Q BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER_ (I" F1000-4-G) OR AY MCDONALD 4701Q PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL PACK-JOINT FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX, Ilr� A— A DRILL 1-5/8" DIA. HOLE FOR AMR i (AUTOMATIC METER READ) TOUCHREAD DEVICE - - 2-1/2" MIN. FROM NEAREST -� AND FRONT EDGE OF PIT LID TYPICAL RIB III NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. Y STD. PLAN -- 320.1 PUT3I,tC WORKS IUF'l.'niZ 1'iU[I )\1`l.' 214"AND l" WATER SERV/CE 1 JANUARY 2009 low 4" POST INDICATOR VALVE (MJxMJ) PAINTED BLUE 2-3/4" SHACKLE RODS PER CITY OF RENTON SPECIFICATIONS 4" 90'SEND (MJ) TEE (MJXFt) t2. 13 LF 4"D.I. 4" 90'BEND (MJ) =w GATE VALVE (FLxMJ)) o f —"�"- 7'-0" ' 1 4 FLXMJ ADAPTOR 4" FLxMJ ADAPTOR LADDER WITH SUPPORT BARS. 2'-4" 4" or 6' D.I. PER OSHA TO BUILDING —r- fLOW—•- EPDXY NON-SHRINK GROUT �+" 4" TEE•(MJxFL) --• WELDED STEEL COLLAR CITY PRIVATE TOUCH READ PIT LID SENSOR MOUNTED ON— STEEL PLATE COVER THROUGH 1-5/8" DIA. PIPING PIPING DRILLED HOLE IN COVER. DEADMAN BLOCK 4' TEE REQUIRED WITH PRECAST CONCRETE VAULT WITH 2 3"x3' HINGED STEEL (FI) SHACKLING TO TEE PLATE COVER, OUTSIDE DIMENSIONS 4'-8'x7'-0". (EQUAL TO PIPE INC., OR UTILITY VAULT WITH 57-7L-B, 2 3'x3' DIAMOND PLATE DOORS) SENSUS MODEL 520R RADIO " OR 3' GATE VALVE FLxFI. READ PIT SET SENSOR 6',a ' ( ) MOUNTED ON STEEL PLATE TWO PIECE CAST IRON VALVE BOX. NON-RISING STEM WITH HAND WHEEL COVER THROUGH 2" DIA. EQUAL TO OLYMPIC FOUNDRY CO. EQUAL TO MUELLER CO.A-2380-6. DRIIIED HOLE IN COVER STANDARD 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO Fl- 6" OR 4" (FLxPE) CEMENT LINED DUCTILE IRON PIPE CLASS 52 X-6- LONG WITH COLLAR 20" FROM P.E. EQUAL TO THOSE SUPPLIED BY PACIFIC 3" 4" VALVE NUT EXTENSION IF REQUIRED WATER WORKS CO. INC. — (DWG BR46/PAGE 8090) F 6", 4' OR 3" GATE VALVE Z a iv (FLxMJ) EQUAL TO MUELLER I CO. A-2380-20. I TO BUILDING -- FLOW-- 12" AROUND iB" 4" o ! CITY PRIVATE 12' I PIPING PIPING 6" OR 4" PExPE CEMENT LINED DUCTILE IRON PIPE CLASS 52. LENGTH TO FIT. 6".4" OR 3" COMPOUND WATER METER (FL) EQUAL TO SE:NSUS SRH COMPOUND METER WITH TOUCHREAO PITUO REGISTER & SENSOR WITH 4 WHEEL HIGH RESOLUTION j100 CUBIC FEED ADJUSTABLE STEEL 6" OR 4" FLEXIBLE FLANGED REGISTER. FOR 3- METER, REDUCE AT METER PIPE SUPPORT COUPLING ADAPTOR, ROMAC WITH 4"X3" FLxFL CONCENTRIC REDUCER. STANCHION BOLTED OR APPROVED EQUAL. TO FLOOR GENERAL NOTES: ALL METERS AND BACKFLOW PREVENTION DEVICE COMBINATIONS ARE NOT SHOWN OR INCLUDED IN THE STANDARD DETAIL DRAWINGS. IF YOUR PARTICULAR COMBINATION IS NOT SHOWN, AN APPROVED DRAWING WILL BE REQUIRED BY THE UTILITY ENGINEERING DEPT. FOR ITS INSTALLATION. THE PRINCIPAL REQUIREMENTS REGARDING VAULT SIZING ARE THE LENGTH OF FITTINGS OR THEIR CLEARANCE FROM THE VAULT WALLS, (WHICH CLEARANCE SHALL BE A MINIMUM OF 12" FROM THE ENDS AND THE SIDE CLEARANCE. SHOULD BE AS TYPICALLY SHOWN ON THE VARIOUS STANDARD DETAILS). NOTE: DEADMAN BLOCK SHALL BE DESIGNED AND INSTALLED SO IT BEARS AGAINST SUFFICIENT UNDISTURBED EARTH SO AS TO SUPPORT THE DESIGNED THRUST. +�,►Y + PUBLIC WORKS a",r 4"i Q" M QR~ SRO. PLAN - $20A � DEPARTMENT wAIM AWN R wSSAI /BLY �N,to JANUARY 2009 + irr A A PLAN VIE WATER VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT "WATER" CAST INTO IT 12" MIN. 18" MAX, 4" CONCRETE COLLAR FOR 12" VALVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS SEE DETAIL �— 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE 1" STEEL ar OR OLYMPIC FOUNDRY LENGTH AS REQUIRED r 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION w VALVE OPERATION NUT EXTENSION NOTE r�. EXTENSIONS ARE REQUIRED WHEN VALVE NUTT IS MORE THAN THREE (3) FEET BELOW FINISHED 3,� GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 38" MIN. ONE (1) FOOT LONG. ONLY ONE EXTENSION TO WIDTH BE USED PER VALVE. WHITE POST NOTE: ALL EXTENSIONS ARE TO 8E MADE - 62" OF STEEL, SIZED AS NOTED, AND PAINTED _I 11��lI� =ll r WITH TWO COATS OF METAL PAINT. lNl f I= `1=11 F �I- Ti 2.4" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST MAIN LINE VALVES OUTSIDE PAVED AREAS r®r r �Y r'UBLIC WORKS VALYL BOXx MAM R a STD. PLAN -- 330.1 �O$ DEPAR`1'MEN iOPABUT!NA NUT MTENSION N ,o JA VARY 2009 CONCRETE SLOMNG S12ING PROCEDURE A. rENE At The amount of coaceate requ:nd to ahchw harizantol bawds. -Go to ToNa 2: Tabio 2 ghee the safe hewing load for teas.and dead ends depends an tha strength of the.OIL The send and grave! 3,OOD lbs./a4 fL methods of placing concrete to keep the pint etaeulble is -Go to figure 1: figure 1 Indfeatee the position shovm in Figure 1. The area in square feat of concrete which of the tannate far hacking the 99 band most bear against the aide of the!ranch le found by dlrlding -Oo to the speeifications of the project and find the thrust in pounds ahawn in Tobe 1 by the safe bsorng load depth of trench(h) 4 feet co of the g as shown M TOW 2 ^Yidth of trsrnM 3 fact B ffilTERIA, With the°bow assembled information. 1, The sizing procedure Is tar hatzaotai Or a.-n we prouad to the find edculotianx thrust only. -Area of Concrete(A)- Safe'Thrust st Load - 3.000 -7.12 as.it. 2 Height of the throat block must be equal to Or Jess ring than 1/2 the depth from the ground eurfooe 1.the black -Maximum Haight of Thrust Block(Hm)- Depth of Trench In Fast boas 2 3. The thrust hock Deering fou le apprml—lety h 4 rectangular. -2- 2 -20 n, 4. The concrete btodeinq shall be as per APWA Speeltiaaten 74-2.14. _ -Depth of Conerate Thrust Blodr(De) C' @ d Width of Trench to Feet(ih-Outalde Diameter of Pip.(d) -Outside Oiometa�of Pips n Feet .. T -Thrust to Paunch at the Fltthg(Tope 1) 2 S8L -Safe Bearing Lead in Pounds/54 FL(Table 2) 3- 75 1.13 ft. h -Depth of Trench n Feel = 2 - -. W -Width.1 Trench In Feet A -Area of Concrete which most bear against Areo of Concrete the Ski.of the Trench n Set.FL -Maximum Length of Thrust Black(lm)- Hdght of Canwete H. -Maximum Height of the Th—t Birk in fee! De -Depth of the Concrete thrust Soak to A _ 7.12 -3.56 It.Searing Surface n Feet - Hm 20 L. -Maximum Length of the Thrust Block in Fee! GROUND SUFACE -Required Amonna Amount of C--t. -(Haight x Depth x Length)x 0.03704 +•(Hm r Lrrl x Q<)x 0.03704 T -(2-0 x 3S6 x 1.13)x 0.03704 -0.30 h d TABLE 1 thrust at Fittings n Pounds 2 Sire Pr P4 f° Tees 9Q' 45' 22-112 1t-1/4 Dead Ends Band Bend Bend Band BLOCK BASE I� 3' 300 2,120 3,000 1,630 830 430 f Oe 4' 300 3,780 5170 2,910 1,470 750 W 6G 300 a.SOD 11!.000 6.510 3,320 1,700 6: 300 15.1100 21.360 t1.550 S.B80 13020 10' 275 21.620 3Q570 16,540 6,430 4,330 0, CALCU AnoN EQUATIONS 12' 250 33,930 4$000 25,950 13,260 6,740 114' 250 48,200 65,370 35.340 18,030 9.240 1, Arco Of C--I-(A)- 1.97hrL! (M Paunch T 16' 225 46.250 64.18' 200 50,900 72.000 3&9 O 19000 34.820 � 1018 Safes 8eortng Load(n Pamdr/Sq.Ft) '-i`ffC 20' 200 62.840 88,900 411M 24,520 12.560 Depth of Trench n Feet h 24' 200 90.480 127,980 B9200 35,320 19.100 2. Maximum Height of Thrust Block(Hm)- 30' 200 141.370 199,960 100.150 SS.140 2&280 2 ' 2 38' 200 203,580 287.950 155,740 79,400 1 40,720 f,Hdth of Tremeh In Fent,- 3. Depth of Concrete Thrust Stock+ Outside Diameter of Pipe n Feet) - W-d 2 2 TABLE 2 Arm of Conneta q Safe Saari-Land, h/So Ft. 4. Mmdmum Length of Thrust Black(Lm}- - Maximum Height -Hn TM safe t+ewcnq loads piurn in the fall irrqOble we for 5. Required Amount of C.—t.(Cu,Yd.) _(Height x Depth x Length)x 0.03704 horixantol thrusts when the depth of co the pipe exceed.2 fast -(Nm x Lm x Dc)x 0.03704 Safe Bearing Load F- FXAMPI c SOIL Lb.9K SG F3 1. PX9hiela: "Muck,peat stn 0 Colculotion of the amount of concrete required to bloek o 90'bend In on W SSaannd toy 2,0000 Cl wCAW main: the normal operating pressure n the pipe w6!be 65 psi and the col Send and Grovel 3,1700 condition In the area lndloetao rand and roveL Sand and Grovel Ca'W'I d with Cloy 4,000 9 Hard Shote t0,000 MnSolution muck Or pent a1 thrusts ahaL he reetroined by ppas a -Maximum testing pressure(See Tobe 1)-300pp�� „0.75 It It.rodo to solid foundation a by removel of muck Outside diameter f 8'pipe-9.05 1- or east and replocemenl with balteat of-1116ent -Go to Tobe 1: The testing prsssur.Of 300 pDssli eee atab9ity to resist thrusts. that the thrust on a 90'been 1.21,360 pounde. CAP 22-1/2a 11-1/4 k9d'BEND FIGURE 1 NOTE: FOR CONVEX VERTICAL SENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. 45aBEND TEE STD. PLAN -- $90.5 PUBLIC WORKS DEPARTMEN'T' �r $ JANUARY 2009 �NT� r Where shown on the plans or in the specifications or required by 40 the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless an equal alternate is approved in writing by the Engineer. Steel mea. Materiols High strength low—*Hey steel (cor—ten). ASTM A588 heat—treated. 1Y1/ 1.Tiebolt: ASTM A588, Grade B. Cor—Ten, equal to Superstar Tielbolt Installation, SST 7 : 5/8" for 2" and 3' mechanical joints (M.J.) with eye for 5/8' rod Install the joint restraint system in accordance with the Manufacturer's SST 7 : 3/4" for 4' to 12" M.J. with eye for 3/4' rod instructions so oil joints ore mechanically locked together to prevent pint SST 756 : 3/4' for 14" to 24" M.J. with eye for 3/4" rod separation. lid SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tiebolts shall be installed toull against the mechanical SST 757 : 3/4' for 14' to 24" M.J. with eye for 7/8' and 1' rod P 9 joint body end SST 778: 1" for 30' to 36" M.J. with eye for 1' rod not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. 2 Tienut: Hex Nut Install tiecouplings with both rods threaded equal distance Into ASTM A588, Grade 8, Cor—Ten, equal to SuperStor Tienut tiecouplings. Arrange tierods symmetrically around the pipe. YID SSS for 5/8", 3/47, 7/8", l' Tiebolt and Tierod Where a Manufacturers mechanical joint valve.or fitting is supplied with 3.Tiecoupling with Tiestop Pin slots for 'T" bolts instead of holes, a fionged valve with a flange by ASTM A588, Grade 8, Cor—Ten, equal to SuperStar Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate SS7O for 5/8', 3/4', 7/8", 1" 7ierod space for locating tiebolt. 111111111 4.Tierod: Where a continuous run of pipe is required to be restrained, no run of Continuous threaded rod for cutting to desired lengths restrained pipe shall be greater than 60 feet in length betwee fittings. ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tierod Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. SS12 for 5/8% 3/4', 7/8", 1' S.Tiewasher Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. No ASTM A588, Grade B. Cor—Ten, equal to SuperStar Tiewasher SS17 for 5/8', 3/4', 7/8', 1' round flat washer Pipe Test. Size Pressure Number and Size of Rods Inches PSI 2 4 6 8 10 12 14 24 rr 2 250 314" 3 250 3/4" 4 250 314" 6 250 314" 8 250 314" 10 250 314" 12 250 314" 14 250 314" 16 250 3/4" 18 250 Nil' 21 250 314' 24 250 314" 30 200 314" 33 200 1' 42 200 i" 48 200 1' Elfly A) _Ll) 2 5 rill 3 4 1 rrt STD. PLAN — 830.5 n_® PU13L1:C WORKS $I�C.ICUR�iDD2 DE"TARTMI.NT A D 7=AK L'W JANUARY 2009 IMP WATER MAIN IF ADDITIONAL ADJUSTMENT IS REQUIRED, INSTALL 2-2" CLOSE NIPPLE AND 2-2" 90' BEND, SCREWED AT THIS POINT. FIELD LOCATE PLASTIC METER BOX IN 2" CLOSE NIPPLE f PLANTER OR CAST IRON BOX IN PAVED f OR CONCRETE AREAS. 2" CLOSE NIPPLE J 2" 90' ELBOW 2" 90' ELBOW— „ 2" GALVANIZED PI AS REQUIRED CONCRETE BLOCKING PLAN VALVE NUT EXTENSION AS REQUIRED IIS TWO PIECE CAST IRON VALVE (SEE DWG BR46 / PAGE B090) EQUAL TO OLYMPIC FOUNDRY CO. GROUND LINE CONCRETE SIDEWALK STANDARD 8" TOP SECTION, WITH -� -� 6" MAX. REGULAR BASE SECTION LENGTH i TO FIT. u 2" RESILIENT SEATED 2 1/2" NST (HOSE) GATE VALVE, SCREWED AND 2 1/2" FNST 2" GALVANIZED CAP WITH GASKET PIPE 12" LONG 2" CLOSE NIPPLE - 2"x2"x2" TEE AND 2" CAP BETWEEN CAP OR PLUG 2" CLOSE NIPPLE BEWTEEN TEE d1 AND 2" 90' ELBOW AND 90' ELBOW. oop o°�on°ao� 2" 90' ELBOW INSTALL 4 MIL POLYETHYLENE '18" MAX. PLASTIC COVER OVER WASHED GRAVEL. CUT HOLE FOR PIPE p o°C) O°o'UO 10 CU. FT. WASHED GRAVEL PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN R ELEVATION Irlrl SM. PLAN - 340A PUBLIC WORKS 2"�L.��O� �N o JANUARY 2009 di CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED r EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS, CAST IRON CAP OR PLUG WITH 2" �I• • IPS TAP SHALL BE A ROCKWELL vw 482 END CAP COUPLING_ WATER MAIN 2" GALVANIZED IRON PIPE �w AS REQUIRED. 2" CLOSE NIPPLE 2" 90' ELBOW 2" GALVANIZED IRON PIPE, 12" LONG. as PLAN No vwr TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE 8090) ar 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT, INSTALL 2" 90' ELBOW, SCREWED —F 2'• PLUG, SCREWED 18" rrr 2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE AS REQUIRED. 2" RESILIENT GATE irr VALVE, SCREWED INSTALL 2" 90' ELBOW, SCREWED 2" GALVANIZED IRON PIPE wr AS REQUIRED. ELEVATION r m ar �Y ° STD. PLAN — 340.2 �►�j ; PUBLIC WORKS AlrAN �A, �o JANUARY 2009 2" OPEN PATTERN, RETURN BEND - 180' 2" BEEHIVE STRAINER 2" GALVANIZED IRON PIPE FIELD LOCATE CUT OPENING AS REQUIRED, AFTER INSTALLATtOt4, GROUT 17"x30" PLASTIC METER BOX EQUAL TO MID STATES AROUND PIPE. &" MAX. PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE \ IRON DIAMOND PLATE. 18"x31" MSCBC 17308 ab 1" CLOSE NIPPLE 1g" 1" UNION 1" BRONZE GATE VALVE, SCREW EQUAL 1" NIPPLE TO RED-WHITE VALVE CORP. FIG NO.280 UNION 2"x 2"x 1" TEE, 1' CLOSE— COUPLING COPPER TO MALE IRON NIPPLE BETWEEN TEE & BENI). \ PIPE-FORD C28-44 OR EQUAL. 2" RESILIENT SEAT GATE VALVE 1" 90' ELBOWWITH THREADED ENDS 2" GALVANIZED IRON PIPE 18" LONG g" MIN. xlz'0 2" BRASS NIPPLE - 6" LONG oo- a °pe p O (MIPT X MIPT) 1 'IM1N o ao $ o o o°a�°0 2" IRON PIPE THREAD CORPORATION STOP WITH 2 l o 0 8 a �"o�oo f 90' BEND FOR COPPER. FORD TYPE 171000 PACK JOINT CTS. 1" GALVANIZED IRON PIPE 70 FIT 2" CAP WITH 1/8" 1" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH HOLE FOR DRAIN. 2" IPS TAP TO FIT, EQUAL TO MEULLER CO. 1" TYPE "K" SOFT COPPER TUBING 2"xl" BRASS BUSHING `— 1" COMBINATION AIR RELEASE & VACUUM VALVE, ZSCREWED. APCO NO. 143C OR EQUAL. WASHED GRAVEL, PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL. DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. LOCATE ARE-VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN PLANTING STRIPS, BEHIND CURB OR SIDEWALK. STD. PLAN - 340.3 � PUBLIC WORKS lwAIR a VACUUMWLEASE DEPARTMIENT As MAY JANUARY 2009 �NT� r® rlr 2" OPEN PATTERN, RETURN BEND - 180' 2" GALVANIZED IRON PIPE FIELD LOCATE wo - 2" 90' ELBOW CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT AROUND PIPE. iso 2" BEEHIVE STRAINER 2" UNION SHORT NIPPLE 2" CLOSE NIPPLE 2"x2"x2" TEE 2" UNION Yrr 17"x30" PLASTIC METER BOX EQUAL TO MID STATES PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE IRON DIAMOND PLATE. 18"x31" MSCBC 173OR 18" 2" BRONZE GATE VALVE, SCREWED EQUAL nn TO RED-WHITE VALVE CORP. FIG NO. 280 „ 2" RESILIENT SEAT GATE VALVE WITH THREADED ENDS 2" 90' BEND WITH CLOSE NIPPLE BETWEEN BEND A 2-2" BRASS 90' BENDS WITH CLOSE go NIPPLE BETWEEN BENDS 2" GALVANIZED IRON PIPE TO FIT o CLOSE ° °Qo°o, oo ° v� °poo` NIPPLE o°,O° n° p o°°0 2' CORPORATION STOP 90' BEND, 12 MIN. A�.o 08 0 o n 'oo I.P. THREAD TO COPPER, EQUAL 11rr j -� TO FORD FB SOD. -2" TYPE K SOFT 2" GALVANIZED IRON PIPE COPPER TUBING TO FIT 18" LONG DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MUELLER CO. 2" CAP WITH 1/8" HOLE FOR DRAIN. 2" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH 2" iPS TAP TO FIT, EQUAL TO MUELLER CO. WASHED GRAVEL, PASSING AIR AND VACUUM VALVE 2" ASSEMBLY APCO NO, 1452C OR QUAL. 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN ■r No NOTE: AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH as OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. LOCATE AIR VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN 40 PLANTING STRIPS, BEHIND CURB AND SIDEWALK. or �Y .Iw ti o STD. PLAN — 340.4 PUBLIC WORKS AlrAI ' & VACUUM 1)E 1)A I ZT M E NT �sirYera A3SEwt8L'Y JANUARY 2009 INSIDE I4OUSE ADJACENT TO WATER METER PREFERRED CONFIGURATION PROPERTY LINE SAWDUST 5 6 9 5 FILL co 5 , - 7 24" MIN 7 7 6.. d�10 ddFROM 6" A'(8 10 4 2 WATER - `i°:TYP METER 1 10 3 10 8 t0 4 FLOW a FLOW 2 � --s- OUTSIDE FOUNDATION 5 6 9 5 SAWDUST FILL 24" MIN. 6" 6 :PEA GR VEL':.;i 2 10 3 10 8 10 4 2 FLOW FOR 3/4" AND 1" SERVICE (3/4" SHOWN) FUNCTION # ITEM AMT THE FUNCTION OF A PRESSURE REDUCING VALVE IS TO REDUCE 1 90' GALVANIZED STEEL ELBOW 4 EA. NIGH-WATER PRESSURES IN THE SERVICE CONNECTION TO AN ACCEPTABLE RANGE OF 55 TO 75 PSI INSTALLATION OF A PE 2 3/4" PACKING JOINT COUPLING VJ/MALE IRON PI2 Ep, PRESSURE REDUCING VALVE IS REQUIRED WHERE THE SERVICE THREAD FOR COPPER PIPE SERVICE: FORD C84-3OR CONNECTION PRESSURE EXCEEDS 80 POUNDS PER SQUARE INCH EQUIVALENT FOR GALVANIZED PIPE SERVICE:FORD C85-33 IN ACCORDANCE TO THE UNIFORM PLUMBING CODE. OR EQUIVALENT INSTALLATION 3 PRESSURE REDUCING VALVE W/STRAINER - 3/4" 1 EA. THE PRESSURE REDUCING VALVE SHALL BE LOCATED ON WITH UNION COUPUNGS AT INLET AND OUTLET, THE CUSTOMER'S PROPERTY "DOWNSTREAM" OF THE WILKINS 600 SERIES OR EQUAL (WITH INTERNAL BYPASS METER BOX. RESPONSIBILITY FOR PROPER INSTALLATION, OPERATION, AND MAINTENANCE OF THE VALVE SHALL BE AND STRAINER) ASSUMED BY THE CUSTOMER. THREE POSSIBLE CONFIGURATIONS FOR INSTALLATION OF THE VALVE ARE 4 3/4" CLOSE UNION - BRASS (M X F) 1 EA, SHOWN ABOVE, A BUILDING DEPARTMENT PLUMBING PERMIT IS REQUIRED PRIOR TO INSTALLATION 5 3/4" BRASS VALVE VARIABLE 6 12" STANDARD METER BOX W/SOLID COVER 1 EA. CONCRETE: 17 1/4 X 28 5/8 INSIDE DIMENSIONS, EQUAL TO FOG TITE METER SEAL CO. +2 PLASTIC: 13 X 24 < INSIDE DIMENSIONS, EQUAL TO BROOKS METER BOX 7 3/4" GALVANIZED STEEL PIPE, THREADED, LENGTH AS VARIABLE REQUIRED 8 3/4" X 1/4" X 3/4" STD. BRASS TEE 1 EA. 9 1/4" PETCOCK (M X F) 1 EA. 10 3/4" BRASS NIPPLE VARIABLE PUBLIC WORKS 414s- 8 I"INDIVIDUAL PRESSURE DEPARTMENT REDUCING VALVE ASSEMBLY �No JANUARY 2009 , r FLOW DUCTILE IRON PIPE (FL x PE) t3 UTILITY VAULT CO. VAULT FLAW 36" MIN. LENGTH OR APPROVED EQUAL ow36" f -_24" MIN. j 1 THRUST BLOCK (TYP,) Q5 .2 5• , \ s I UNDISTURBED SOIL 1 tt INSTALL NDN-SHRINK 4" THICK CONCRETE 12 a EPDXY GROUT SPLASH BLOCK THRUST RESTRAINT COLLAR FOR IN-UNE PRV OPTION. SEE DETAIL. PRV VAULT — PLAN VIEW THRUST RESTRAINT COLLAR FOR IN-UNE PRV OPTION. SEE DETAIL BEEHIVE STRAINER 13 UTILITY VAULT CO. VAULT OR APPROVED EQUAL 12" 73 UTILITY VAULT CO. VAULT OR APPROVED EQUAL 4" FINISH GRADE -� GALVANIZED IIIY 36" FOR PIPES' i 11 12 s STEEL TO" & SMALLER,l n LADDER 48" FOR PIPES JJ /7 6 12" & LARGER Y Y 2 9 5 FLOW FLOW iYIM 3 1 4" MIN. �- p 2" TYP. 1 12" MIN CONNECTION TO STORM PIPE WITH CATCH BASIN OR MANHOLE 12" MIN 6" 0 SD, S=z ).07 14 °w PRV VAULT ELEVATION a NOTE: ADJUSTABLE STEEL PIPE SUPPORT, STANCHIONS BOLTED TO FLOOR. SUBMERSIBLE PUMP 12VDC WARREN—RUPP SPA 1-1/2 E IIIIU WHERE STROM DRAIN IS ABOVE FLOOR ELEVATION OF PRV VAULT. PLAN FOR ELECTRICAL CONDUIT SHALL BE SUBMITTED FOR SPECIFIC USAGE. PRV VAULT — SECTION INSET& PREY SIZE AUZLLARY TEE MOLATION GATE VALVE 0.1,PIPE CL 52 GATE VALVE.UNION.TEE & PRESSURE UUTY VAULT CO.VAULT UTILITY VAULT CO. IE OUT— (IN) PREY SIZE (ELFLL) gr O RANGED (PL k PE} OEM SW(IN) RQIEF VALVE MODEL No.(OR VAULT COYER(OTY) LET POPE (1N) SZE(IN) G ADAPTOR EENGTM(III) SIZE(IN) APPROVED EQUAL) *MODA0•(OR SIZE(IN) SIZE pN) APPROVED EQUAL) a a 1-1/2 6.4 a 36 1-1/2 (SE) 1-1/2 (SE) 5106-LA 3-332¢ B a 2 8k4 a 24 2 (SE) 2 (SE) 5106-u 3-332P 10 1 10 1 2-1/2 1 10.8 1 10 1 24 1 2-1/2(SE) 2-1/2 (SE) 612-1A 3-332P 12 12 3 12x8 12 t6 3 (SE) 3 (SE) 612-LA 3-3321' 14 14 4 14x4I I _�d 14 24 4 IDN 4 (PL) 514-LA 3-3321 1a It, 4 1 18.4 1 to 19 4 (Np 4 (R) B14-LA 3-332P aw �Y °,.�, STD. PLAN — 340.8 PUBLIC WORKS dRi1�iI�YAPitl1STATICjN r DEPARTMENIT f#&VAULTSTS/M/MRD JANUARY 2009 .r �q• mil to THE BY-PASS ASSEMBLY SHALL BE — INCLUDED AS PART OF THE DETECTOR 4"x4"x6"BULL HEAD TEE. FL. DOUBLE CHECK VALVE ASSEMBLY. 5/8"x 3/4"METER SHALL BE �--- TOUCH READ PIT LID SENSOR SENSUS SRU M"H TOUCHREAD PITLIO MOUNTED ON STEEL PLATE 4"ADAPTER,fL.x SCREWED, (TR/PL) ONE EACH SIDE (METER OWNED BY CITY) COVER THROUGH COVER. DIA. No DRILLED HOLE IN COVER, PRECAST CONCRETE VAULT VTH 2 - 3'x 3' 4"x 2 1/2"FIRE DEPARTMENT DOUBLE CONNECTION HINGED STEEL PLATE COVERS. DIMENSIONS S'-0" FOR STAND PIPE WITH BREAKABLE CAST IRON HOSE x 9'-0"x 7'-2" UTILITY VAULT CO. 4484-LA OR CAPS EQUAL TO GRINNEL FIG. 1662 W7H HOSE EQUAL CAPS FIG. 1333, CITY PIPING PRIVATE PIPING 4" PIPE FL.x fL 4"SWING TYPE GRAVITY OPERATED CHECK VALVE, 2'-0' LONG FL. EQUAL TO MUELLER CO. A-2600-6 WTH BALL DRP VALVE AT BOTTOM 4 FL x P.E. D.I. PIP£ WITH 34" COLLAR If r^n0A.1 P,E. 9.-0" INSTALL EPDXY NON-SHRINK GROUT(TYP.) z 3•-4" LONG 4"PIPE,FLx FL 3.0' LONG 21" 4"SHORT RADIUS 90-BEND FL. TEE (MJ x FL) - GATE VALVE (FL x MIS) 0" : 6� 4" 90'BEND FL. —7 Cltt MAIN TO BUILDING � 12"ALL AROUND -—•— 2'-2' DEADMAN BLOCK REQUIRED. CONCRE7E BLOCKING 4'x4-x4" TEE FL PLAN 4"GATE VALVE MJ X FL WITHSIZE ALL DETECTOR DOUBLE CHECK VALVE ASSEMBLIES SNAIVALVEppST INDICATOR POST VALVE SAMEAME SIZE AS INCLUDE RESILIENT SEATED SHUTOFF VALVES AND TEST OOUBLE CHECK VALVE ASSEMBLY INCLUDES DOUBLE CHECK VALVE (MUELLER CO. OR COCKS, AND APPROVED CROSS-CONNECTION CONTROL M RESILIENT SEATED SHUTOFF VALVES EQUAL) ASSEMBLIES PER DEPARTMENT Of HEALTH LATEST 4""FLANGED COUPLING APPROVED LIST. ADAPTER EQUAL TO ROMAC. 4" DUCTILE IRON CLASS 52 PIPE, CEMENT LINED, LENC7H TO FIT. TOUCH READ PIT LID SENSOR MOUNTED ON STEEL PL,4TE COVER THROUGH 1-5/8" DIA. DRILLED HOLE IN COVER. T 3 36"TO 42' -- 4" PIPE FL. x SCREW 2'-2" 2' 0" 7'-2" 21 4" BO' BEND FL. 2,-it 6" M!N. DRAIN TOGALVANIZED STEEL LADDER DAYLIGHT OR STORM DRAIN SYSTEM WITH CATCH BASIN OR MANHOL COMPACTED FOUNDATIONE ADJUSTABLE STEEL PIPE GRAVEL SUPPORT, STANCHIONS BOLTED TO FLOOR a* Nore END VIEW 1. LOCATE VAULT IN PLANTING AREA NOT !N PAVING. 2. 4" AND LARGER BENDS AND TEES TO BE CAST IRON CEMENT LINED. 3. TEMPORARY SUPPORT SHALL BE PROVIDED UNDER VALVES AT THE TIME OF INSTALLATION TO CENTER THE PIPE IN VAULT OPENING, AFTER COMPLETE INSTALLATION REMOVE THE TEMPORARY SUPPORT AND INSTALL ADJUSTABLE PIPE SUPPORT, 4. GALVANIZED LADDER FOR ACCESS. 5. AFTER FIELD INSTALLATION, MAIN DOCVA AND BY-PASS DCVA MUST BE TESTED SATISFACTORILY BY A DEPT. OF HEALTH CERTIFIED BACKFLOW ASSEMBLY TESTER. TEST REPORT TO BE SUBMITTED TO CITY OF RENTON WATER UTILITY ENGINEERING Oki DEPT. PRIOR TO ACTIVATION OF NEW UNE. 6. INSTALL BRASS PLUGS AT ALL TEST COCKS + + PUBLIC WORKS PRFAWUJW mtrAuCrme 87A770M BID. PLAN — 340.7 DEPAR'T'MENT IN-VAULT W)M R W1L/LVE VAL Vff JANUARY 2009 L'N�Q w. rr w 120 VOLT ELECTRICAL OUTLET FOR HEAT TAPE. INSTALL HEAT TAPE FOR FREEZE PROTECTION CENTER BACKFLOW I PREVENTER IN rr p REDUCED PRESSURE ENCLOSURE E BACKFLOW ASSEMBLY x C) (RPBA) 3" MIN. w 3" MIN. 3" MIN. INSULATED ENCLOSUR "HOT BOX" OR EQUAL aw 3/8" X 4" ANCHOR BOLTS PER MANUFACTURER �D 3" MIN. CONCRETE SLAB UNION Z FINISHED N N GRADE FINISHED wr GRADE � 2 . . `. Ob ww DRAIN ., z SEE NOTE 4 6" MINIMUM = SLEEVE FREE DRAINING (TYP.) GRAVEL z CONNECT TO wir WATER METER IMMEDIATELY ADJACENT TO RPBA FLOW �►-- INSTALLED W/ APP'D. /Dl*RIGID L PANEL. FRONT VIEW so MATERIAL PER UPC RECT BURIAL OR IN sloe (SIZE AS REQ.) CONDUIT PER ELECTRICAL SIDE VIEW PERMIT REQUIREMENTS. aw NOTES: 1. ALL REDUCED PRESSURE BACKFLOW ASSEMBLIES (RPBA's) MUST BE LISTED ON LATEST LIST OF "BACKFLOW PREVENTION ASSEMBLIES APPROVED FOR INSTALLATION IN WASHINGTON STATE", PUBLISHED BY STATE OF WASHINGTON DEPARTMENT OF HEALTH. 2. THE OWNER/APPLICANT MUST OBTAIN A SEPARATE CITY OF RENTON PLUMBING PERMIT FOR THE INSPECTION OF THE INSTALLATION OF THE RPBA AND PIPING. THE OWNER SHALL FURNISH, INSTALL AND MAINTAIN THE RPBA AND ALL PIPING AND APPURTENANCES SHOWN ON THIS PLAN. 3. THE RPBA MUST BE TESTED BY A STATE CERTIFIED BACKFLOW ASSEMBLY TESTER AFTER ITS INITIAL INSTALLATION, AFTER REPAIRS AND ANNUALLY THEREAFTER AT OWNER'S EXPENSE. A COPY OF THE TEST do REPORT SHALL BE SENT OR FAXED TO CITY OF RENTON WATER UTILITY ENGINEERING DEPT., ATTN: WATER UTILITY CROSS-CONNECTION CONTROL SPECIALSIT, FAX NO. 425-430-7241, 4. DRAIN SHALL BE SIZED IN ACCORDANCE WITH AWWA CROSS CONNECTION CONTROL MANUAL STANDARDS 3" DRAIN FOR 1" OR SMALLER RPBA's, 4" DRAIN FOR 1.5" TO 2" RPBA's, 6" FOR 3" RPBA's. aw 5. RPBA AND ENCLOSURE SHALL BE LOCATED ON PRIVATE PROPERTY AND AS NEAR AS POSSIBLE TO THE WATER METER. �Y ow PUBLIC WORKS ,INt'3611/ STD. PLAN — 350.2 REDUCED PRESSURE BACPCFL ��$ DEPARTMENT ASSEMBLY/N mor Box�A„Tp JAN 200' wr MANHOLE FRAME AND COVER 6" SEE DRAWING 401 12" MAX. _ 24" ! ADJUSTMENT (4" MIN.) ulr I CONE `D' RUBBER GASKETED JOINTS IN ' ACCORDANCE WITH ASTM C-443 STEPS — POLYPROPYLENE STEPS ' SHALL BE INCLUDED 6-1/2" CONCRETE RISER BY PIPE INC., , 7' MIN. OR APPROVED EQUAL. d 12" (TYP) MAX. PIPE SIZE — `E` t LADDER—POLYPROPYLENE i' CONCRETE SHELF 1� PRECAST BASE SECTION J OR CAST IN SHELF. ,B, NOT TO SCALE .A, ,B, .C, 'D' ,E, 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.Q. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3- CASTING TO BE PER DRAWING 401, 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. STD. PIAN — 400.1 Bj PUBLIC WORKS DEPARTMENT STANDARD SANITARY MANHOLE -- n MARCH 2008 �f ar MANHOLE FRAME AND COVER wr PER DRAWING 401. r 4" MIN. TO e _ 12" MAX. ' a e' •a d - CO o 24" rr � m 12" a iv 00 r .8 J Z 0] � _Q c N 4"— ° 54>, .a • °c od 'e o o a" n d d.o, e 6go .. 6" NOTES:- 1, OTES:1, STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. r 3. CASTING TO BE PER DRAWING 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. OPENING SHOULD BE ON DOWNSTREAM SIDE. 6. ALL JOINTS SHALL BE GROUTED, 7. SANITARY SEINER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC–AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 8. RUBBER GASKETED JOINTS SHALL BE 1N CONFORMANCE WITH ASTM C-443. r 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR–N–SEAL BOOTS OR APPROVED EQUAL. am PUBLIC WORKS SANITARY MANHOLE STD. PLAN — 400.2 � DEPARTMENT SHALLOW MARCH 2008 tt'h'-f0 rills' ADJUSTING RINGS OR BLOCKS MANHOLE FRAME AND COVER AS REQUIRED. 24" PER DRAWING 401. zz:T ------ 11ri PRECAST VALVE 4" MIN. TO CHAMBER CONE - 12" MAX. X R.C.P. OR EQUALADAPTOR COLLAR 12" PIPE 12 RUBBER (MAX.) o GASKET z 19 a' it) 72 a + pb > M J 48" ZPOURED IN PLACE BASE NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING 401. 4. ALL JOINTS SHALL BE: GROUTED. 5. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES. INCLUDING CHANNELING COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE, &. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 7. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. & CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EOUAL. ti�Y o PUBLIC WORKS SANITARY MANHOLE STD. PLAN — 40.3 DEPARTMENT EXTRA SHALLOW ��Nazo$ MARCH 2006 arr SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING �w I PATCHED AREA r A A COVER ar aw to PLAN NTS r l'-0'=— OUTSIDE DIA. 7'-0" 2" HMA CLASS 1/2" 64-2.2 OR AS APPROVED BY THE �w ENGINEER. r 4" CONCRETE rrr SECTION A-A Yir NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN - 400.4 ' DEPARTMENT ADJUSTMENT FOR w. CPN PAVEMENT OP. OVERLAY MARCH 2008 rrn BOLTHOLES - 3 PLCS im EQUALLY SPACED 120' sxa NVGaIX'X NLSV3 APART ON 23 1/16' (586MM) DIA B.C. (SEE DETAIL) a x auvaia+ �� OBCICCDD ` �cu s RENTO`N\ y SEWER NDE IN USA COVER BOTTOM VIEW COVER & FRAME PLAN VIEW rr 25' DIA. 1635mm) 1' (3) BLT SOC. (ALLEN HEAD) _ 3/4" C25rnl 5/8' X SS L19r,M1 j��1—jtL- RUBBERE WASHER HER f 8 3/4' L 2 1/2' 1222Mr,1 (64mml TYP COVER SECTION VIEW EON BOLTING DETAIL _ 26 1/2' DIA C673MM1 25 1/4' DIA _ 1IIf C641MM1 1 1/16" 1/4 1 1/16' 1/4' (6MM) DIA C27MM3 [6MMl '—� 127MM3 NEDPRENE GASKET 1 6. I I 1152riMl (3mm) 5/8' j 23 3/8' DIA CL OPEN CR3MM3 116MMl (594MM1 GASKET GROOVE DETAIL _ 27 5/16' DIA 1694MM1 34 1/8' DIA IB67Mr.1 NOTES: FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL. 2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). ti�Y o PUBLIC WORKS STD. PLAN - 401 DEPARTMENT MANHOLE FRAME AND COVER N '� MARCH 2008 r YID 6" MIN.L_- - _-6" MIN. I _ 6" MIN. 6" MIN. �Yllr 1/2 BLIND FLANGE AS DAM D.I.P. TEE CL.50, � 1/2 PLUG AS DAM ONE LENGTH OF DUCTILEONE lENG7H OF DUCTILE IRON PIPE (CLASS 50) TO 7 TYPICAL TEE 21, MIN. IRON PIPE (CLASS 50) TO SOLID BEARING WHEN SPAN MANHOLE SOLID BEARING WHEN SPAN a IS MORE THAN 4'. b" � IS MORE THAN 4'. � MIN. y111� -- '.t . ZFLEXIBLE ° ° FLEXIBLE JOINT JOINT Y BACKFILL WITH ° COMPACTED MATERIAL X BACKFILL WITH AS DIRECTED BY f q COMPACTED ENGINEER. o p' - 6" MIN. MATERIAL AS DIRECTED BY 'DA.P,MCIIN504 6" MIN. N ' ( ENGINEER. SHACKLE RODS I`_) CEMENT CONCRETE CLASS C CEMENT POURED IN PLACE wI CONCRETE CLASS C BLOCK POURED ,.. 90' BEND IN PLACE (TYTON U-651) ° �-TYPICAL MANHOLE D.I.P. 90' BEND FOUNDATION ow CL.SO(MJ X PE) CONSTRUCTION DUCTILE !RON CONCRETE ENCASED DROP CONNECTION DROP CONNECTION A am NOTES: 1. LOWER CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EOUAL. Alla 2. UPPER PENETRATION OF MANHOLE SHALL BE MADE BY CORE DRILLING THE STRUCTURE, ROUGHING THE EDGES, AND SEALING AROUND THE PIPE WITH NON-SHRINK EPDXY GROUT. UNLESS OTHERWISE APPROVED BY THE CITY, THE CONNECTION SHALL BE SEALED BY USE OF A URETHANE OR POLYURETHANE INJECTION GROUT BEHIND THE POINT OF CONNECTION. so SAID GROUT SHALL BE DESIGNED TO STOP WATER LEAKS. fm PUBLIC WORKS OUTSIDE DROP CONNECTION STD. PLAN - 402.1 DEPARTMENT FOR SANITARY MANHOLE �NTfl MARCH 2008 Irs 1 /2 PLUG AS DAM TEE OF APPROPRIATE SIZE wr SEE NOTE 2 "RELINER" BRAND STAINLESS STEEL ADJUSTABLE CLAMPING Y. BRACKETS OR APPROVED EQUAL 90` BEND 3/4 THE DIAMETER OF „ THE DOWNSTREAM PIPE w . . a NOTES: 1, INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE WASTEWATER UTILITY SECTION. 2- ALL PIPES AND FITTINGS SHALL BE SIMILAR SIZE AND MATERIAL AS INCOMING MAINLINE. 3. MINIMUM SIZE MANHOLE FOR INSIDE DROP CONNECTION SHALL BE 60" DIAMETER. 4. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, go KOR-N-SEAL BOOTS OR APPROVED EQUAL. 5. WITHIN A 60" DIAMETER MANHOLE, THE MAXIMUM ALLOWABLE DIAMETER OF THE INSIDE DROP PIPING IS 12". INSIDE DROPS EXCEEDING 12" IN DIAMETER OR MULTIPLE DROPS SHALL BE REVIEWED BY THE WASTEWATER UTILITY AND MAY REQUIRE A LARGER DIAMETER MANHOLE. 6. "RELINER" BRAND STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE. IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS SHALL BE INSTALLED WITH A MINIMUM SPACING OF 4 FEET ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS STEEL EXPANSION BOLTS, MIN. 2 EACH AT CONNECTION POINTS. ��`►� PUBLIC WORKS INSIDE DROP CONNECTION STD. PLAN - 402.2 DEPARTMENT FOR SANITARY MANHOLE A�At�O: MARCH 2008 r RECESSED LIFT POCKET r• 11 N.C. SOCKET HD 2" q C 2'-0" �^ SCREW 1 LONG titow \ �/ ` (BRONZE OR S.S.) Y2" x 2" RAISED PADS As 6" CONCRETE as CLASS 3000 FIBER JOINT PACKING 12 3'4" WATER TIGHT 14" PLUG 2�j Y8 rrr 45' (1/8) BEND 1 2" 1 Y4" P� t 2 � to 12 Y4" as 14" J� O CAST IRON RING AND COVER �P� PIPE MATERIAL AS SPECIFIED stir G�' BY THE ENGINEER +rw PLUG TO BE SEALED IN SAME MANNER AS MAIN SEWER JOINTS. 'u tirr NOTES: 1. 8" CLEANOUTS SHALL BE EASE JORDAN IRON WORKS, INC. am No. 3698 OR EQUAL. CLEAN OUT SHALL BE A WATER TIGHT ASSEMBLY. 2. IN UNIMPROVED AREAS, POUR A 1'-0" THICK, 2'-0" SQUARE CONCRETE, CLASS 3000, PAD AROUND THE MNG AND COVER. rr �Y PUBLIC WORKS DEPARTMENT PLAN — 403.1 DEPARTMENT 8 OR 6 INCH CLEAN-OUT ��1v cow MARCH 2008 RECESSED LIFT POCKET %" — 11 N.C. SOCKET HD + �\ SCREW 1 Y" LONG (BRONZE OR S.S.) 2" RAISED PADS 12 Y4" 14" 5�^ 2" Ys" Ye" c T , —IY," -Y42 8" 1 2" 11" (-- 12 A" i — 14" NOTE; L CLEANOUT IS ONLY TO BE USED AT THE PERMISSION OF THE GTY OF RENTON ENGINEER. 2 A. 2'-0" 2. THIS CLEANOUT IS ONLY TO BE USED FOR "DRY" SEWER LINES THAT MAY BE EXTENDED IN THE FUTURE. ITS PURPOSE IS TO ALLOW THE ENGINEER TO DETERMINE THE INVERT ELEVATION OF. THE PIPE FOR FUTURE DESIGNS. ALL "LIVE" LINES SHALL USE 7BY STANDARD DETAIL 8076-1. 3. RING AND COVER SHALL BE EAST JORDAN IRON WORKS, INC. No. 3698 OR EQUAL FIBER JOINT 6" CONCRETEPACKING 4. IN UNIMPROVED AREAS POUR V-0" THICK 2'-0" SQUARE CLASS 3000 CONCRETE, CLASS 3000, PAD AROUND RING AND COVER. ER TIGHT G ATERIAL AS SPECIFIED ENGINEER 0 PLUG TO BE SEALED IN SAME MANNER AS MAIN SEWER JOINTS. — ,A—, ,— MAIN SIZE MAY VARY PUBLIC WORKS 8 INCH CLEAN—OUT STD. PLAN — 403.2 DEPARTMENT FOR "DRY" SEWER MAIN ��NTp MARCH 2008 At +rr A A PLAN VIEW +rir 4 SEWER J VALVE BOX LID WITH EARS ow VALVE DIRECTION OF SEWER 2" SQUARE MAIN AND WORD "SEWER" OPERATING NUT CAST INTO IT anSEE DETAIL `— 4-1/4" DIA. 1/8" MIN. THICKNESS aft `-- 2 PIECE CAST IRON VALVE BOX, RICH—SEATTLE TYPE OR OLYMPIC FOUNDARY i" STEEL LENGTH AS REQUIRED trr �y 1/8" MIN, THICKNESS !! 2-1/4" INSIDE MEASUREMENT ow 2-1/4" DEPTH VALVE OPERATING NUT SECTION A—A EXTENSION im 3� ow 3�sr 3 38" MIN. WIDTH an VALVE OPERATION NUT EXTENSION NOTE: WHITE POST EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE 6?_" THAN THREE (3) FEET BELOW FINISHED GRADE. i III: ars EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT !i��J1,": LIFT, LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 24" NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER POST aw VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CAP.SONITE UTILITY MARKER w VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS m VALVE MARKER POST SHALL IDENTIFY VALVES AS SEWER rw STD. PLAN — 404 SEWER VALVE PUBLIC WORKS OPERATING NUT EXTENSION •• NTo� DEPARTMENT AND VALVE MARKER POST MARCH 2008 .a I Ali W (SEE NOTE 4) LIMITS OF PIPE ZONE 1, 0„ BEDDING MATERIAL FOR 1 SANITARY SEWER PIPE 1' O.D_ OF PIPE (SEE NOTE 6) FOUNDATION LEVEL �� 1 6„ BEDDING FOR SANITARY SEWER PIPE ,rr NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS FOR TRENCH WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL TRENCH WIDTH. NO 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. 6, PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS. +�11 7. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. - + PUBLIC WORKS PIPE BEDDING STD. PLAN -- 405 DEPARTMENT FOR SANITARY SEWERS MARCH 2008 air PROPERTY LINE z_ 6'-0" b ! FUTURE rTEE " BUILDING SEWER PIPE n BUILDING SEWER ui ? 2"x 4" STUD MARKING POST PAINTED WITH 6" SIDE OUTLET J WHITE WITH THE WORD "SEWER" STENCILED a IN 3" HIGH BLACK LETTERS AND #6 WIRE w WRAPPED AROUND THE STUD AND p EXTENDED TO THE TOP OF THE STUD. a rrt 6" SIDE SEWER AND BUILDING SEMER ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO MAIN LINES ARE AS FOLLOWS: A, VITRIFIED CLAY MAIN - CUT IN A NEW TEE USING FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). B. CONCRETE MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR fw APPROVED EQUAL). C. PVC MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) OR CUT IN A NEW TEE USING RIGID COUPLINGS. D. DUCTILE IRON MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) m E. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE AT MANUFACTURED KNOCK-OUTS OR THE STRUCTURE SHALL BE CORE-DRILLED. r� 60" ALLOWABLE MAX. FOR CAST IRON PIPE OR DUCTILE IRON PIPE. 1:3:5 MIX t' CONCRETE BLOCKING Gp 2% MIN SLOPE _ HORIZONTAL 6" SIDE OUTLET TEE SEWER 6" MIN. MAIN SEWER MAIN rr CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION OF TEE AT MAIN OVER 25 ELEVATION NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE aw A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. a PUBLIC WORKS STANDARD SIDE SEWER STD. PLAN — 406.1 a� r� ,=°�� DEPARTMENTT INSTALLATION SEWER MAIN TO PROPERTY LINE MARCH 2008 ALL 90' TURNS SHALL BE ACCOMPLISHED BY MEANS OF A WYE AND 45' BEND. TWO 45'BENDS SHALL NOT BE ACCEPTABLE. 4" BEND AS REQUIRED (NO MORE THAN 45' BEND). EVERY 2ND 4" CLEANOUT WYE WITH CHANGE IN DIRECTION OR GRADE 45' BEND AND PLUG. WILL REQUIRE A SURFACE CLEANOUT WYE. 1\ I w w w z_ z• z• J :3. J. r r HOUSE aHOUSE a- HOUSE a� HOUSE 0 0 0 ce o n a. 0- 3-0" MIN. i 4" SEWER PIPE 4" SURFACE r (TYPICAL) 4" SEWER PIPE, SEE NOTES 2 w CLEANOUT 4" TEST TEE WITH AND 3. MINIMUM LINE SIZE FOR WYE PLUG FACE UP OTHER THAN SINGLE FAMILY IS 6'" ( 4" CLEANOUT (TYPICAL) t PROPERTY LINE WYE WITH PLUG ( PROPERTY UNE -6' MIN. iO v 0 0 6"x 4" REDUCER 0 z z (TYPICAL) vzzi W MAIN SEWER UNE w w x NOTES: 1. Prior to installotion of a sanitary sewer connection, a side-sewer z IF THE BUILDING SEWER SERVES ANY FIXTURE HAVING permit must be purchased 'from the City of Renton Public Works aX FLOOD LEVEL RIMS LOCATED BELOW THE ELEVATION Deportment o OF THE NEXT UPSTREAM MANHOLE COVER OF THE PUBLIC SEWER SYSTEM, A BACKFLOW PREVENTION 2, Types of i e and fittin s that can be used for sanitarysewers o i DEVICE SUCH AS CLEAN CHECK EXTENDABLE p P 8 o BACKWATER VALVE OR APPROVED EQUAL SHALL BE shall be approved by the Department of Public Works. Rubber or INSTALLED. neoprene gaskets as specified by the manufacturer, shall be co used on joints. � 0 4" I'LEXIBLE COUPLING (FERNCO OR EQUAL) Z 3. A minimum grade of 2%(1/4" per foot) must be maintained with 4" pipe. In the event a 2% grade cannot be maintained, the 5 N SURFACE CLEANOUT owner must sign a City of Renton grade release form and then in 4"x 4"x4" WYE can install 6" pipe at a grade of t%. 4" PIPING PLAN 4. For inspection of side sewer, tali 24 hours in advance. The BUILDING DRAIN FOR inspection phone number is on the side sewer permit. Site LOW ELEVATION HOUSE must be ready for inspection and representative on site when inspector arrives at appointed time. Side sewer and stub shall be tested per City specifications. Make the connection at the MAIN TO PROPERTY UNE 5-0" 5'-0" house. Do not backfill the ditch until approval is given by the PROPERTY LINE FROM THE HOUSE BUILDING DRAIN inspector. Final approval will be granted after the existing septic SIDE SEWER BUILDING SEWER y-6" tank hos been pumped out and filled with sand. TO 3'-0"' 5. Install side Sewer with 2' minimum cover. 18" cover is allowed at the house If outlet is shallow. CMI -0, 6. If side sewer stub is not available. The owner shall be ' m a oa rn rn rn A �, a N A responsible for its installation per standard drawing 406.1. All m N i N 2 rn = x- :cbi x x� vi work within street right-of-way shalt be done by o licensed and o z cn cn m rAr zo c A c x ° X n O banded contractor, C) M m A m O t� m m v r `n O m 7. All work shall be accomplished in accordance with the Washington 01 y 'aa� m i� x X-Pt o D m m Industrial Safety and Health Act. (WISHA) i_ zm z C C: -C o+ul o r-� o y 8. All trench restoration for side sewers in the public right-of-wey "mm zZ m Z o -4 -+ y sholl conform to the most current trench restoration - m 0 n z orn 0 requirements as in the Renton Standard Drawings. ins z v n m O S. All building sewer and side sewers shall hove bedding in in c%�y = accordance with standard drawing 405, > 0;0 ° inZ v� m 10, There shall be a minimum 10 foot horizontal separation between o m v sanitary side sewers and water services and a minimum 5 foot <A ➢8-1 e horizontal separation between sanitary side sewers and gJ other pn z o utilities. c� a CALL FOR LOCATIONS BEFORE YOU DIG 48HR LOCATORS 1-800-424-5555 TYPICAL BUILDING SEWER STD. PLAN - 408.2 DEPARTMENT + PUBLIC 'WORKS FROM PROPERTY LINE TO NT BUILDING CONNECTION MARCH 2008 �'N'1 +rr rE R/W rite 1 w Ir---------- -———————— J ———————— r L---J I EXISTING 6" SEWER STUB (REMOVE TO R/W) EXISTING SANITARY SEWER MAIN 'EXISTING SIDE SEWER 6"5e 4" REDUCER — BEND AS REQUIRED (NOT TO EXCEED 45') PROPOSED 6" SEWER STUB �I MAIN RUN SIZE X 6" TEE PROPOSED SEWER MAIN 1111 +rr� r +rr ± PUBLIC WORKS TYPICAL STUB CONNECTION STD. PLAN — 407 N $ DEPARTMENT FOR SEWER REPLACEMENT �,nTTo MARCH 2008 r� Q 6" SEWER PIPE 6" PLUG _ 45-(1/8) BENDS FOR ONE CONNECTION ON EACH SIDE. 8"x 6" WYE VARIABLE 8" PVC OR D.I. SEWER PIFA A SEWER x (8"' SIZE)TEE 8"x 6" WYE CEMENT CONCRETE CLASS 3000 B VARIABLE 3'x 3' MIN. 3 f 4" TYP. 3' MIN. SECTION B-B SECTION A-A NOTE: UTILIZATION OF THIS DETAIL REQUIRES WRITTEN APPROVAL OF THE WASTEWATER UTILITY. ~ZY o STD. PLAN - 408 PUBLIC WORKS DUAL SIDE SEWER SERVICE DEPARTMENT VERTICAL CONNECTION MARCH 2008 ar. w COVER 6' BELOW STREET GRADE &" PLUG r 6" ON 6" Y BRANCH +rr r 24"x 24" COMM. CLS. LONG 6" 1/8 BEND CONCRETE BLOCK POURED +�+ AROUND CONNECTIONMAIN i ° B • � \$ STANDARD 6" X MAIN SIZE TEE d a d• \ 4 45' — SEWER MAIN d � 6 Q NOTE: NOTE: rrir DO NOT USE WITHOUT WRITTEN TO RAISE TO GRADE APPROVAL OF THE WASTEWATER USE STANDARD 6" SEWER PIPE UTILITY. r rir we �Y ��► j� PUBLIC WORKS SIDE SEWER RISER STD. PIAN - 409 .. , DEPARTMENT CONNECTION TO SEWER MAIN MARCH 2008 irr 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 0 0 80 160 236 316 396 476 556 632 680 680 a 50 140 220 300 380 456 536 616 696 712 708 708 100 280 360 440 520 600 676 748 744 736 732 728 Lu 150 424 500 580 660 740 780 772 764 756 748 744 200 564 644 720 800 808 796 788 780 772 764 760 `r 250 704 784 856 836 820 808 1 800 792 1 784 776 772 0 300 844 880 860 844 832 820 808 800 792 788 780 06 350 908 884 868 852 840 828 820 808 804 796 788 CO 400 908 888 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 832 824 816 808 804 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 CL 50 220 300 380 456 536 616 696 768 760 752 744 100 440 520 600 676 756 836 840 828 812 804 792 150 660 740 820 896 932 908 888 868 856 840 832 200 880 960 1028 992 964 940 920 900 888 872 860 n 250 1100 1084 1044 1012 988 1 964 944 928 1 912 900 888 z 300 1132 1092 1056 1028 1004 1 984 964 948 932 920 1 908 350 1132 1096 1068 1040 1016 996 980 964 948 936 924 400 1132 1100 1076 1052 1028 1008 992 976 964 952 940 450 1132 1104 1080 1056 1036 11020 1004 988 976 964 952 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 0 0 80 160 236 316 396 476 556 632 680 680 n 50 316 396 476 556 632 712 832 816 804 804 792 100 632 712 792 872 952 984 952 928 908 888 876 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936 ¢ _ 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 0 250 1360 1300 1248 1204 1164 11132 1104 1080 11056 1036 11020 300 1360 1308 1264 1224 1192 1160 1132 1108 11088 1068 11052 350 1360 1316 1276 1240 1208 1180 1156 1132 1 1112 1096 11076 400 1360 1320 1284 1252 1224 1200 1176 1152 111.32 1116 11100 450 11360 1324 1292 1264 1236 1212 1192 1168 1152 1132 1116 TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH(FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 a 50 496 576 652 7.32 812 892 972 948 924 900 884 U.) 100 988 1068 1148 1228 1248 1192 1144 1104 1072 1044 1020 w 150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 0 250 1700 11624 1560 11504 1452 1408 11368 1332 11304 1272 11248 z 300 1700 11636 1580 11532 1484 1444 1408 1376 11344 1316 1292 350 1700 11644 1596 1552 1512 1472 1440 1408 11380 1352 1328 400 1700 11652 1608 1568 1532 1496 1464 1436 11408 1384 1360 450 1700 1656 1616 1580 1548 1516 1484 1460 1432 1408 1388 TIME (SECONDS) PROCEDURE: SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.LG. ALL SEWER PIPE SHALL }MEET A MINIMUM AIR ALLOW 2 MINUTES FOR STABILIZATION, ADDING PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES AIR AS REOUIRED TO STABILIZE THE PRESSURE WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS AT 4.0 P.S.I.G. OF PRESSURE,THEN THE TIME OF THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. SHALL NOT BE LESS THAN THE TIME SHOWN ON THE ABOVE TABLES. Y PUBLIC AIR TEST TABLE STD. PLAN — 410 C woRKs ( LOW PRESSURE ) DEPARTMENT W RK FOR SANITARY SEWERS MARCH 2008 will wr O + ¢ A cru rn Cd v [ f nr 1t1 o Z N O W Q iow J 0 O C� +rr LL � 0— W to FU-• `t Q � err = W - I O V) oZ o o. Q � (n .b-,9b a .w .� s-.t -3: U �' U-) W > O ,• O +moi Z cr- rrYl -It ix Z to �' N O : Q Cr X. iv � �[ � (j In LY_ — r o Q m ix < o M I Z Li to aw _o-s * « rl 35" 31" 31" 35'' 13" I 4'-5" 31" 11 -6" . . 1'-6'� ...... ... . ...< 6'-4" 6'-5" ^� 45 5'-6" 5'-6' 11' * BASED ON TYPICAL 11-FOOT LANE WIDTH THRU & LEFT TURN ONLY ARROW DETAIL tiZY p ADOPTED V n CITY OF RENTON + + STANDARD PLANS ��N7O LST DATE:04/04 FAVE REVISION BY PPR'D DWG. NAME: H010 SP PAGE: HO10 r. rr 35=r--�31" 31" 35" rr go 31' 1'-6 -� . . .... . T-0- to rr 6'-5" 6'-4„ 45• it 2 -3„ irr up 5'-6" 5'-6" 11' tr * BASED ON TYPICAL 11-FOOT LANE WIDTH r ar r to THRU AND RIGHT TURN ONLY ARROW DETAIL ADOPTED A CITY OF RENTON Yrr a t STANDARD PLANS LST DATE:04 j 04 ow DATE REVISION I BY PPR'D DWG. NAME: HO 1 SP PAGE: H011 CURB LANE LANE LANE CURB LANE CENTER CENTER I IN IN I LAN E I LANE I I I I i I I I I I 10' I I I I I I I I I I 8 "(TYP.)—STRIPE j 6"MIN.(TYP.) 24' I 8"(TYP.)—OPEN TYP. I 8" TYP. —STRIPE I CONCRETE LANE I ( ) LANE ( ) GUTTER LINE I LINEL1 I I I I I LTIRE LTIRE TIRE I TIRE TRACKS TRACKSJ TRACKS--' TRACKS TYPICAL 4- LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. Y O� ADOPTED AcrrY of RExTox STANDARD PLANS F,NT 1 p LST DATE:04/04 DATE REVISIONBY APPR DWG. NAME: H012 SP PAGE: HO1 .r.. r.. �a .1y rxS;{-�('t frost �?ry 11 s rY.a.. a3+lF c u ,1 it CL' 4 q Q I i Q 4 M1Y in �. guy :jam r� ry�'hi4 CL 0- ©� �-p,:' .7! co cc ` a ..J. '�•.r'nti .4 I ; e Yp `a u O NIW UD CiMijov. ' JayifaD u! aiOil& ..Z' I ...L x ..L/t 1,x ..b/r W= 5 Sty 9 i>'� tir7o 3 r+i +it s�, w o •o Di�,ta �' �' 'r a •}: O '` O�v .��IT pN s Nr 6 �y' t y t. .19 -+t - a Th Li Ira.. .,� � Li"'fut i. t,� f ..re 1 �.! '„fi i ✓ , a pp ti P O O � i.l N � Ov.p�C Y 1'I.•qll T � _ �. � { `h' '.U:§tom... �•�u � �._��.4�r'+��7} t1 + -^r 2h A .v trr. !i x_>w' -c o tV ' •4 3 it. i rt ��5 W;tt�^ tY. t t+Nuih h 05. °0; + d 'y F y'r'h) ° i I 1x �,i 1•gPi . Gam. r n x Isr � i i Wx,m : �j x J •.7�bdy+ ;Sx. trr rrv , • �� 525 LA to tii h f a i o hl rr A l rI m ' i m° x� O ow i.t - rirr. A .r. C ( LEGEND DETAIL I I 1"Nom 1"Nom L I SIGNALS rr� DO p LIGHTING (Mark LT =—ilom TS—LT E I TELEMETRY TRAFFIC SIGNAL SYSTEM LEGEND Form Letters with 1/8" Weld Bead. Grind off Diamond Pattern before forming letters. PLAN VIEW L L ^Nom. H alr 1"Nom . ILLUMINATION SYSTEM LEGEND irr p Lid m TYPE 'I' BOX 0 ! KTYPE 'II' BOX ON .ate c1x1x3/16, 1"Long PLAN SYMBOLS HOOK DETAIL (2 Hooks per Lid) rr ELEVATION VIEW F=--a Z X a rr 0- X X JUNCTION BOX DIMENSION TABLE Q Q _zY BOX TYPE BELL ENDS—/ ITEM ITEM TYPE 1 TYPE 2 N ON CONDUIT M ALTERNATE A ALTERNATE B A Box Outside length 22" 22" 33" B Box Outside Width 17" 17" 22 1/2" r ► 6" GRAVEL PAD o- C Box Inside Length 18" 19" 28" COMPACTED D Box Inside Width 13" 14" 1 17" E Lid Length 18" 18" 26 1/2 1 F Lid Width 13" 13" 1 17" TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" 12" 12" H Lid & Frame Depth 5/16" 5/16" 5/16" J Wall Thickness (Min.) 1 1 2" 1 1/2" 1 1/2" K Wire Reinforcement W-3 W-2.5 W-2.5 L ILegend See Detail See Detail See Detail +frr NOBS: ITEM MATERIALS 1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete-(See Notes + Frame Diamond Plate Steel — A786 rlYi 2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 + Lid Support 1 8*Min.Thick Sted C,L or T. — A36 boxes shall be 28% minimum of overall thickness. * Lid Diamond Plate Steel — A786 3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate Reinforcement I ASTM A-82 Steel ■�fl 4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL wire fabric welded to the frame. 5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12" deep extension boxes. 6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10 gage divider plate complete with fasteners. JUNCTION BOX DETAILS 7. Non—concrete Boxes may be submitted for approval. Evaluation will include an H-20 Load Test. 1SY p ADOPTED VM +����+ CITY OF RENTON STANDARD PLANS LST DATE:04/04 dw DATE REVISION BY PPR'D DWG. NAME: J016 SP PAGE:J016 THIS PAGE INTENTIONALLY LEFT BLANK O � wncaruox°xrwr'w,wvm .x !` tr ��� S w`�mrviOwurwar.v�eiM01ue.a'�'�`ivuaeas�10fu a O ip c•v '7f . '°wuoau urvun°oawesrwpw 4 a e ��° a E"N N 4 M 3 ED i 9z IA i, � W L W a w ga a w a y m vim mw wz9z $ X1"4 l` 33 L m O; N 1! S-2.2 b ° to N m U4[ p g ry m i w wW K � U O)\p tri h N N m� h- W m yNmm 0 "W'w ocw vo w N �p w L ' \\ r tO m .' °Tp Ca w O � 'F 41T { •�.. m m Z 8 W zo m Wg v ??O u to W S2� m I °� w$ W= a zoo w my �Z z O v m Q r Cm m 63, Ww m 1 m xoo f m O °m �rpWz m W�i m og$ m rc m m �Oiaw4Wz m m SNa m oa� op i zr� W 7 w w � z a wo r WG re NIM ^p o � n W44300 WVOV A8 UMVNO i� S}XV.V.3sdm3 sv wwmm�msaw�mr ww we !+ w�nrnwu.>wvuvora+n ,eatww,u . 4 r SIXt/„B,35dm3 g W m irmvu a .',d M E y a b y staw t z cK Igo a qui Z m g cr 4-4 OU VA 4° y VA a 4' L rlo`` �o�w5 a �c. I i31 � .-.a.. J r I I i iz y�a i LL LL mT_ �� y a E$ uo KK m_ Ix U lu ASLL r WWy SIXv V.3Sdm3 o W .L•.b < (° ASM.&3SdrrG .0-2 ya id W ff b TT'f l' v c Q rr sizo am II r ...'...._...: .�_..f... ..j..._.I._:_ N Y3 IL pru'n e w r A .0.3 �{J" g 4d w mo q zy t .b-£t Ow SM.v.3Sdill3 Z W E° i 6tXN.8.3Sdm3 SZ zN =� u.�� iriU f I j _ 1 •I I i t 1 �_ Uly QLL aC r � r v�iv r m� l 0.6 y y a a 3 A-.4 2 ad WU ¢G Xy t .0.9 S'S i aLL A'9 � tld 2yq >Y O 40 I s O � r -- vwns ravw ua Nmvaa A•£ aw � 69` �O Wt�IpM01[IXIOMKVQ3WW11YOwelp/weaa � Q�r c '� c c `� m z amm.ora p awv C ate•.a ! Yn m O69 a 8 as N wa Jug z O oy d m .03 m C9 0 Q a FW yob O U C V m W L Q ~ ? Q w e69i o. IcJE 0FL Ern me `E og �8 o QD' m cad Eos oc � ra m oo a JLL Z ]3�, 69 14 69,0•3 MA �� w� 'L �� 'c m $ las.2 H '1!' IFN„ 8+c nE� 69 El $ So ac � E I—Im j3 jp t�] 8 C T$}G •6 U ;3 Q a d�1 aU 'o�m0n H �69 W'aa.69 .2c $w m�Q G ca E'ia t RE 12o u1E �av � to-?�S L, U a Iii llylr Yrr � O Z IZ xss s c 0. <� Z� � W IL wo S Taw S O K 60, Z �j cW U a 4 N x c�a +lr it o � � $p vw 6 N W YIW oa ooPu r W 0 1 1 -3 O Wo z o n a �MIv ° a e lC13mnide vma-e :As Nmvaa Inr v r )-vJ 1clwafw�mwCwxtrnl.mr xxuum T � m •�� lMqlAL9VDV60L•ttiMLOKilfNatflYDn (=Ul v .vuawmmofmnrinvrraow aeY N �„3 Q Qj�S�R �fa o ;o W cF5 s m q .� v c �� �. b 3.� � E o» C,1 F- o-,4'•, PgG y� o� bJ z � O m6 o ff 3'w f@ m° m E ma 1 $ C!S]'3 O e` � f N� x � V IL E� a `rw OZ O � .,i to 8 ma ga 00 Wr m `°p C•E aj c� v 1U. Z 3 °Z cc rL2a� p� Etem mEa ail �-{B m ca'cer m cc '°S'O, 'a sE lc c 'Fi m Z o w m ga a�c vU E It9 0 au 5 O m H e w'g w a ,g a m•� a s E I c tillF ink ii u�m E I a A E a v fm- F-B O z ccl ri v ui ci r� ai m o » ° Z t2 IL tuul p S F3 cvr vt u ° d isa IS 5 3 ase o Say z Z � ail N - t7 �m O m X J p IW111 W jig d� x T K K 5 W d a ° qq 6 �tV W Ow of Q ON ♦ p w - >t�I 09 a � � Iii,o a V W O� Cl mr o IEJ! e i a �a e o do NaisNmis VN313 .Ag KMyHcl ' t/3u+nsecxrow�v.arawr �(j mwuourw3uw,.wan.vrauwaa a L °f z A+wimT»w slw�r�`iv �• 'T 's. Cl.Q. $ 0 y�vocw�raoMAnrtwawanu vwn ', l.fa . m o Q 5 O Q cv $ o.n Z ¢ pa ym o Olt W a .t eqo a m W s� d ' °jo {6 Q 0. n y my a sip 4 d�P� r 4'4yh X^ � ,teya/O G `F m Q 7 C 7 U U� O��•4 4¢O� W �I� 4 t g 5 o m so a aC 8888\ m u ao f► ob m� m FQ m SSC .910 m pas m $ W �S �- ffi o fff � o b F E h UJ U U.� o y o = ]E O On Ir 0 3w x x xz x x q q q d d d d Maass N1tlMli 133x1s Ntvw y INN ti 1i x N o o � 2 � D M N !t $ $ t o a a a o 7o OO K $ a` w u a O G j w M W w LU D U m — v O Q H cc 5 zm za ro Om m aw aZ O ..6[/ OJ( tea• o N g Si do AI C Kh 0 y OK� "zQ Ix d' mm .7:3 [L Kfr N ti Nf3LSNtSL1H VN313 �AH NMV21Q N fsaba�xunmavmti.Mr.4mr txnwaw J tEl .vnu.00°mw.romrtrxoioi.a,.iavenia+ t` 11 holm n tai✓xio'Maul o310LL W On mvaIIitt A. E 3 o vi SER 8g Qfl� '� 2a n ioO14 N�3 o 0 5 ,p 98 pG m t1 1 oma �a w�� ol�� �i9uii�C Y za �� o52x y zz w ! �� r , L Qa T $ VA, �O O H V "pA O °O p9 y >a iK m m c4 oa ,itr, o� t3 w �m � 8 s °uam., �o ���' 3 2 � � �,► m8 �o _= a "m 9Lz N o c m Otoo m m m= m U o c0 `m d Cr E n cnU v rf1 H O r++ z C4 pi v ai m n td 3 = a x �3 wo W a w� o x s p• a z a }} o it M +� it pwj N 2 O o P Ili LCa� wCL O Q o S ME o rc a S f � Y Tb ° 92 ,tl a m m tZ3 m 'kiYi,Z w o C3 z w 0 z LU ° UA O Z w 0 CL R z'" yqt a sw 07 q D w 8 w W S LL LL ° a > w mr ar Q °{w N x r _2 Z Z sz 4 a N W C uj 0 � Q a z w X d a0r O = z o g � sz o � � � a MO Nr=usNnN4 vN39 A9 NV1"a fA ssaxuawnmw'w�r.wevr nouwaa O �� a�,°�+murs,vairu�uw�,Mruwev ..1 O m m O aur f" a�m'm u ornu � � {a c U 0:3 rarrwvnwrwmu�w 3 co C= N F m o m Rw Z� Qom. H 35 0 3 to E c a O 41 m N m 41a v {1t O e c 00 }}; UJ to �Op��ts 4�`'y j� e 9:3 °4 w QV6 Q �� 00 'L = Z m 'C oo z U.z di ra�t9 we 13 o8 c 121 m on v� m m 4a $w w m3m"' aaa D m mz a O a m Lammm@-93 C tlF-- , �m ern m z`� Io Nv .y m4 o N om �u mQ p. F- Im cc w cc MEL w ZS m 4! U LL Q g L O a -j{ m z r wi .t n cc a eC a rr rr o .zr . L 1 m � � jU O Im f/1 v h v y�f u' � P. � � � a a d � !Y 1... T �} oQ W acz o 4 J U2cl Us = 2� caz a � o E W w ��ci g `� � F o p o w" o ul WZ' OIC m ° y r m ^^ w t a e V o d o r z F Kr-til O z uuwi 0 am � � zo ° N 1 c7 0 o�d� d Fs c a� 5 O Q 1 o W 4 tY 4 fA d 1\ Lu cc R t O NF31SNMAG VN3M X1.8 NMVN(3 m ;P+w uaxmnorra+w+wxunhmr�wtnani p {4 y j W swiu,nuaronuvuwawrmmMaaaarse K Z�' � Mu�rxwr�vy°°,i yw.o'ru cvi.ri: m:� ri �� ��gvoaawmwramzrviwaYrunu mcx t„� LLE a ' N ul� N F c w m W Z o Z 00 �" trr a. c'S= c� 'c Q� a° �° ` O. ILb to O Z a w 4l �m •�o a 0 O d� E o s v "�U- Y j3 00 � [ID 4T t m c � mh om �ggpa c U � O G �h � C at :� d .ti E c to LSE 30 r h 3 E �a w= m C-3 E uo. to a Z ,- cv of v irr n s+t z ° O � < h 2 � w tii U lu Z dill N w w w zZ a� "•dR n n. +rr x o U a„ a m �U n � = to a +rw z o< n tu m m S a ti�lY Q n o co { N W U Z _z o a « ie lu N V IL M � Q w � a a �® 'U Q O C O im i1/ NEUSNnIag VN313 .4A KMVNQ a Y N araoxna.n�wwar n+�.wr rwrmw ►+ m uoumuev nuruwun.o,Mzanv.` 2 E D s Q D 3 v o = Q nmrawawrowaoma rrwaw+non j(= N Fm�m oZn, .a E oc W Z tit zo a W 5R4 F a D C L 0 L W A ��p lE a �"'Q Q� O �•� N i 'S '�.Z Z i z De £$rn �g 3 Um W �mam W�u' o -. = — v 2u ai Y' o � a. o � 6 � i {{(tA16 D1� W G C O �•'ro�3 �� m8 � ° Tn � cy � �dodrr�s ��y5 E Ewa m'g9'm .YI crown �(� 0 q Ea�E wG W t m W rnm o m $ E c OO LL-,V' W IM9�,0 Q .nnK m G E Ii5 a V a IiL�� O ° X N !i 4 tri rG sw�a gw w d« « « « v a z G u"� o -. oa = zs m W o a 3 Oc u m g n �4 a t3 z SPF c w y x Q d NU_c p O O Wam A w v w yy'((qq w w O Cl ZZ <m O }W Yx Z A ® iAm N �MQ rrL d) 6 xZ +.E99O m Y d �� y } =m w 5 cz—ia <x W ° a`I wPma w °S Md.1 aR Mn m a '? 'i 4 < <5 Fa V S C K 40 a W 2 L�N C1 w w LLu. cc > > > ¢ a a as ° t a n ° w a w � C, 0 o � v w U a R J W r 'NIW,Z a a o � a x Q a ® Q z < `� X ac a Z N O Sz E g a rn v a Z o W w ,�: Z Si o X wg S m ata ° `^ W a ° W p MR. 8 a o ° U 67 6 a U 7`t n w�0 2 O Xt� a ' tCgr� q luul Ir.. N Q O 'pW sz w W 14 w x LL S X a a Y Oa pp3 O x G O 3z O� O t7 w tp w raw �a a ad O 2s stHaa a .rLl NtusNnae V?43M :xa Nnnvaa �5 m y, m y-(J� karowrnnnvswtwnlMA.wr aouwmr O _____..w.. 2 E m m + m ,�to lMY4AL9I b oRi Ui�otaenMldtVlM W'6 O hr � aaavrxwK+wmwwnonmaAnow R OIC n g m p m Q ya.vwar�'mwar�vJWv s UA�" O 3 m> S9 �E v2 �O - m>m m to E a V) F,R 8 Ifs of o O �. E m o 8 a W 1 8a' r'$ N r mmi4 t in oao $ aE H8 >-d Qb °� `y�`� 0•�`` Ul to EM Em a� m d �` "ao Q� °P �s 4�' a WW ° x -10 e81"4Cn 0�� .3�A 9 m c wtJ 2Q o� Op z~ ° Y ZS Q o -0 �' m E 5 b W I-- V?3 Q m�m�� m'S p� pv o$ 'Q mV LLLZ H L CC C G_ mE �E @E 19w m� g `-$u o (pE� E Cm m_ a O ui W a�Otn � o �� o !- dEnmm tli F ! Ft Vo �i5 lta� us Ki f` a0 L� m it it +1 i/ Ic }- `� ^Na g $ (t s U O e z w n SW�d 4 11 C,o m o K a X o n d w w v it a Uq U L4 q U hegc p U tZZpu u C2 0 }7j2 < IL aCC n¢ ei& won X 3 F o z �z LMU o z o �fa o < Z a a c �, o a a N tC m U i9 aj O E Z }qj -0 70 m 2tC U2 X CJ S U !t� ^t S ° !�r iazrc mz Oz 2.� a N OF,dw nC O N U �{y. O qg Q O w o U m O r 2S e X a & d F v O ZS 0 6 g C. o Q to m a O w w 0< o y9 a w o o ~ ^ n RS n D odLL $ R cCD w n � m Z J o ¢ ® w W w r7 � a g a P tC = m 0 m moo z 3131 w ¢ ct yi Wb y O w 'a F ;� z LO D� 0 uj Nw V � 3 3 mw Q ,d m�uTl o„wIL a z 3 LL U. O N fl AUK O Q � Y 4 to 2 G it O u. $ w ,TVA Z O Q n '43 LL. s n O w 0 0 w o s to 'z J Y zi 9 �+ to w w srr 4 m a i o w C u9 ZK a c J,� c O a o �d w p a °� NMSNfY89 VNTM :l.E WAYda f!7W ytYPulpncNiwaoxanrlvvr iuurum �' MI[YL]YOtlIC/lY�ilI0J6LWMipQY16L1'J.99tl ^F. E-m 25 o c Z~ .�+®emY wmu uvunx�uwxceram a 675 Cy a m ` c 0naewmaw rnramr�v+mu a n ' ♦. 0 03 y m $ o E o f!J 1�Rddd o O N F (J Zto F. �f �, Wca � a C ,n Qm d` Sn � ¢pOpds JJ vi �m�g c W 00 �y� Quo W m� G g � Malof $ vain rLL.O .7 Z` Z m 3 —v m � m p 9m OZ Q 4 c u -V 000 794 m LL Z m $ L c e c ma 'i< w VE 1E `°E -r N� �¢ o �E LaE u c� m8�i m aoto m _S@ ti- omvs z r ai v ui 10 w a n w U Ij Na ,}o V "IXIF a x a A d NAC. —n R R R e R x d q p d q +cc i1tV0W W p Ztt�2 d! OWmam s 'za ! � si o� wwwtu w0 Z W!5 uj zU w nH 2 yW '—Zn � �� H 67 lu- a� mn U �oJ uQl N U W N M M H M V b ifW m o ,., m� {LYS 8 w LU H Q J J , Y J 1¢¢� x w '0 < 2 4 Xa tt;-�- _ a a a a K Z -.E 4 p h w U s o m u n o K E_ g e o <o a f cajc $ < wwq p a s n N a o xd M w : o F 4 jCK 2 Z, aV Z Ey a W S '�� Q O Ow G U m x D W U LL c S in '� z�q� ... J a m Q �h9 z�� �� � q y W c Ya i M 1a w w m I F qZ V c� LL a s 6 Z 6 r N ZIL CL m r } q Rdh Z Y 04!- n — TT,�.z X O Z Zv o S a O O p a q U �Z Rl t$y U Ow ZF vl U a a 7 € (U V Q V 9 w w cr,m m Z V x a 8 .wv.. o uF� o <a ZF a ',��,' w 0.�i n°i V 2 m a ri o S Z § o o o _ zd �a Z wF n �_ _ _ z c9 vi s` Z a 2s 13 ��Q Ot 2 r I tr Ir a s R Nf31SN(IHQ VNB-n:AB WVIM U 47 y, �W :TYM1f91A0Il�YAW]9AwtAiKAY acarus V swu+.rouaawcnwwsrmaacx.utrrai 'r t� F m Z3 b = z�- w�.macHourm�ywruwuueavanrra�cvsu ■,�r�. Q AIOl10C•MAOtiV iY YYifb#t1Y0tlL9pkrl/N Jflf�Q Elm:t C * dt °w Q Aw�rs�000psmww•neitrAwtlwlrwu amort Q 3 rrti w j W E 8 0 W w co z av F 7 4 WQ� o `�y .dam SC 8 zt~h Ndm .a v {Q Z w a C9O «� ZZ b $ v N E S iwl3 R �+ c vni p0 4� x ..f � a—$ m .� N roc ��� 4R° W j LL _0 a a CSF M o_n g Q by a 00 11x11 �`°�ti m a e �� � w F- `z Z 3 mm�o ig rn toy 2.6a`J �v 00 �O H ��• L •('j 0 u E $nto S HE ij q �12 rc oCD Fo a�SNN z eq vi v ui ai r <o w a z M N •M it ii N U ar x rowg $ a a a us N Fa 2 � X U N b biz 0 q a p b O O ZS a IL alp O wN m X a 1z be t� w m w O W Z pF 1 mm d S m z 9 E5 ia a qNq pNp uQQ'� w < a 0 4 6 6 y�y NF Nbgg d O b O Z _Oto Z> X S K K tC L] J J QQJw0 Z 0 N�- NO O ! rrul �W FT-tr a ZC' MN pn� spy •.• f.•` W 6 O w w W tJu O t0 tJ 00 y N t0 .E ku ill O+�E Tj v � a s aj W 0 O ir1► J z w tl o U OffC V z z R w J wR. O O O ty O C. a ul tl 2 o z mos^ w� 2 as a w s` b o an m n w y U m vi ku 0. cc tl a a z w g syr o Me 'd aw w i g � � D©©oma u Rd a o� j Z L�� � a W d z a 3 � o o� o b oy N O a M 0 3mJ <U"� �� F � o f X� Plw 01 M t1 K U z 4 0 ,F�l O =U 11w -A U, s "�a 2= z7 O n tail ! y w t9 *• 6 fwi. � y ���j itl W W 6 a J1r ltN�K > z y 0 C OU S2 i J O j Y h O ,t, a 1w N132S4 1u VN3T3 'A8 wwo �.us �careu�,mwm.a�c.vw,.a,r,vn,ao, �� -smua.�s�svm,nu,w�a�.�aa..�u q� Z E"" umxm Twouoaa,,,�runa+orc+cv,Y,mo 0 H m p Q a „a�n !9 aro 3ja .. of C U a+ U1 ��,R 7/p�a c d4 'aV RE v w cu I^ ¢� ��i� AMC� S aim n v j,7 °' Q y..q od mom, 002 z y m r� c ElilILgi U° tau s8 (40 �o w� o Q��d ” o c$ c .rf�n v m < a o Q F Jc �E a49 m d� = s� -�� �Op r 4�5 Iii V� co aFPPo@ zA G jai g a. w:.i ���,o'n ?o J 8» e- O O U t m ci S,46 Z W ti cn 00 E'd tw m2i mds a�°0.X n� Qa 7dm �1 Z mea gU E m a E a$ 4 E caa m� �aL io �n 1p Cl U� mU �¢0c77 a% $ f a a n z`_J`ug yppTr+ W� �7 o c EyeBeg E C y{Cp E U$ '.0 tav 32 m e o 55 Lu wU U oo w o� •� E m oro E:;Z v5 a, r sa U uJ rLn w y E '25 0-'Q Y O o L" tL'. Z r CV M `7 ili lD � - Q 0 W ZUa yy 9 Iid'M ~ ie o — 3 rMAI� S sC d N n � 3 c s 1 x x x N _a a a a a a Y �'�yr �� � m•--- aura. ssnv e mss"^ p x j:3 c r o 3 o Wl S Y �I m 6 uI °. � o cr � � W r O � s3 to b N o K O M H it o }a� S ill o a_ co K �_ v o4i a W Yi 2 Z N o o m o U v W LL tl m `� ani n 0 z J N o o ffi ox U m j q i� OG n U m ry- w :10 p xo O a J Q ��F � R w r `� A Zg S N tY W rWif m r m o m W4 0 0 0 a < U } _O = It z Oo J a ,g z4 qaW o r �-' »t^ eoi C9 a z z S a wl � Q a � K tC CK 7 Z Y Namnue vN313 -AS WYM J Z! U ,=; O O Jf d ti(3 q N N nr a m S a 4e`y�ER tTgByl� ti d z N 0 c Yi Z i/1 f�iy� Am �- T"' a 40 WWWWW 0 d MOF e yio e & J(f1 d gas y9 z i n axswoa 8 V pp`�yL X40 W Q� H O Jd J 6 a LL z til W Q X O Z to z o 8 U e ilii �Q� a mm Q ga m °' � N N� b l� b EA n � Q w �L ..� � e o ��— •a U w €c w T b EE w e m8 c = S IL Uz V Z u 4/ N 0 Ap V1I ai � Cl �dl>•Q `} � m 7 •W Q Z O m L m U 100 iI1R a o O c w � eQ O ¢ ti Q� 0. $� ..� 44 44 N `Q Q LL Z r N Pi v +f W ILl 0 S S S 00 4 w w K � M rlr u 3 m o J In w qyq ti U_ C2 1 z Y o Z > 3 w w� Z n o �+ u� O w d M oa ad Z S Sm v F a a a tr 3t $ o mj< pg Z a .®r vw, aN QQ � y z wm W 25 WSPM y�� c��f `.�� U H f- �y m 5 'TJ w L� R' 4l fatf W f4jU < b SOWO Q �j 4°y'�7 a 4 e c9, a ° o o ° it Q o oaHow U. a ? z� out w Wx z OUR lll� m N U. Q 0 Q2r mU M pq Rg '4 w c7 z CL D Q a 8 6 IHSWSd N vo w ¢ 111 z W K F"O .�4 a Q zttuua n w M n www a L Ir �VOL - w x v Q S ti �� �m g n = Q a! z Us Q 4 0 Q'j W� 2 (7 0 LL O r 14MSNnLe VNTS .As WV'dG "�-Iwo ;µ3�yr,ry,�-n.oxx..tmv xuwco� t' r wm�.numuawsrtuvuwmn�frw.�r»r p E" umnwcowmaartammaau a+ar ',h ti a O� JdW d' 2 d LU �,tiea u�8�f o 3 'hit F z 'IL W Z n d Swed W W S g Q U. a O G = Q M `fOPOyP w �F' BCW G v O °Fd Q ^ n Op � �..1 61 NOle , I I LL z ► W Z U n f C a U 1f X73 $S X q q < �` < c Q $>$ s J y� ❑o � b N 4 q O m c o .- N Ej .0.. wco � m m i , m m .sem I �� >61Lq C m aN 'ur iS>, r E m0 a c � ll n m &-M IH v 5i $ F ¢ a z a s LL al Z N C%i V a x a=. a a .❑p YWo W O m a V ? 0. d d fri U p vi to t s 7771II��� t7 33 W 50 Ic b T al m =W } (((YYY U t m � } J qa lu n 4 W7g yNe q ' 1 D o o O O O m NQ U O [� � Na J > >W W 7 5 is q 1 O O 0.4L X }V Z m U a C � CI 4 z 1tw! o c Z T � i�('555 LU N t, ai S L_7 p y s C S 13 IY 7r �pp 0' d ({� 2ta(}}z b F 1 t X Edi. J ,q Iii. o g a J Z_0���7�7�{jj !R $ Q Z i.1 o Z 1* LL {tlZmm�mm Q 4 � N O OG rWj) pN cp OF 7 ti'4f O 1-9 'dxa o r� R q$f1od Q N OWIU KL 3 U{ 1 n x ❑❑ _W '� NaLsNads V"an 'AS NMV24Q m }�, tQ 4WMOJ>C�Yw �MY4WY xouYeaor Cf !. �jr lz YNNLAL`91Wi6VL AO{poRYM Wt1YlY E m z r JYmN(C TMdW yY.YfYp0Yl0YeatQIML11 O +� W umuaawaom+nrvn�vumu aru r��' f O N I3 $¢ v m c O� �i 1l1 Gf p C o m $ m o z 5 m N$— m E prnp U o z Z� E OS 5 �' U W ZU1 IL C, i 1i+ Eps o r� 7 d W 0 a$ m m m Q ~ Q p r ui a L Thy •w^ c Y o �Jfx IL yQ eb-is m o c 7 8 z 00 1— 'p 3p 7a o m n a to 2 I y� m m SQ y p m H od E'^ fa A. yr m v a j� 1pwe Eg> o E > — m m m� A LLZ d! $ammo omit m E o m m c crn W u mSSo CL E err Baa o $ R s^m me c o E m {a m _ 2 .Zm its m r S' E E. .� ii p 5� m, v- ,g o vs c A m m^ o an`�v '�E 't' m t m B crnU m $ illi fA a dm c42 w +te LR »_ �• g w m a o a Lit dd LL �3 a U. o n Z. r tV t+1 `Q ip fp n M a irr g z w W H yulW " S+t «« 44 M sr a'v y�ipt Lit $ ��S} Ny� 1� 4 p �y x ,g�m t K f'• N �1A1 q Nrv$ .S� z O w° A4j p ° wa K b m of W p 6 00 w u. pp n oo c � O N1 Z U Q p n w am co 26 o m m 61 0 CIo C7 ttdw ° �4ZAzxQ FF, C O r m N t0'a t!7 a .0 °i W 7< = � a ��Z SOug "'3 dy _ ygig og <_ $ as ,00G x x x x A b f% q q e ,mG O X x x x owK¢� 1 N 7�uy d a N ®fO 5 0 t1ia u� fis fidc+ x a'�` c AK S m u K $ OC30 p = W LL� ~ °A 0 w $ IOf U V and w CL co d to z z o Zq J 7 � I K m v a p £ w sew z� x Y i a w z � QD O j a � �wuni a d pU� d5 NOW >00 Y NSISNf1230'VNTS A8 W"a m c m �' w„asn�n.4 aav your w. Wlu e- n 3 >✓: :� i. �' �-�� '-�� .oem A"�u �w�aa�auuauuN°�v°6WvvraYa a"a y$ S $t mc E m � g2 uj ` � 8iEGM y 0)W o N�a ^ s ul ha m c h s v c m �^Q �� O,p �d �; I"' m ,r nerd E o 0 m E � Z N F y OAF Z C cva p g 2-4.82 ao 00 .y x>o � �o o VZIWIL o W pia all 0_� v 8 m c c %..o = Q� �� gyp' S w W().#Li R g m o,c �_® JN o T1s ZS�n LO macs �+}Q {�' maa m� S Fo Q g ' oo � m$£aE U� HHy 4R� !L�'�. 0 uC � o .a m n c Qa cgs O Z 3 rn a E. o o t°) Qn m` a ao J Z(06 4 /3 2 m t i m t: a qq LL z to mg m g Sm$ m ri E -,i e c me S� a o O•�_m �m �m 6 a3 � fl �,�p x s O '�U � 'It� O zs n6 m ct- x I i Uc n o uri Ei ° 1] m C m {'O C W .90 .13E F S��1111 t7 01 2z q "o o $ ° 0LLo g 3 a 2 .- td ai v ui ai e-; aout oG Z J atu o Irlli n d Q ° b N x O e °t m n v •- m�� -a � 0 5 m LU LU w n U o z w T n c v4 �' X x x x x Ci CI Ci q a moo to a a o a x x x x 901 i� 6 x so pa m d �1 Q a W yWs 0. y I it w w n F � SL o w 2< O C7 U U � z N I° ?C f � O � n �po U� °. � by '� � S 8 � o mN q Ix97 W '� I I n m y c�Oi cmi O Q w z }-�W 3� a 8 $ K m < N I- Wai U. a to Q riot a o n Q w j Q < N I I r+� 3 N� {p3( m Sr to U 9 F z � O m¢ > moo SL x 0yjO O O �w OS cx Ow N�srinae vr131a .xe rlrnvt30 C � /-� JIIi�GbJNI®¢1L'NiVR11fAeW Y MYNNY L7 m n.J W 'WMtAMWWOSYVYMfbI6YM it6tVplJ �� Y � S'� E � '�' m� S Z f•' �.vwwa�•mo�mu vo�wpumar,'uu O oc E m a n �_ W 0 nanocmmmvaznmrriwnknrmu mcr ; t"�3 rm ��m E n E to „�� .� H y L (ZO " 1 N. a flid=�� 0 S tSm cc,: a m� 00`Z, a a m 8 r rrs `Lo s 5`' ,ee. Q o .i v� m°'m ca Qw t ca ca <:) PO @� x m a p c � �8=E c� �o Em a� 00 y SO O�.q �21 ZI 8two gm m� ..�0 LL Z E 7E a� 8 Tj ce=m @ c� mm op 00 t E. ,1►' M-- o' 00E 8'm m ��e LEo� Am!; ❑ ILgo ao n�m�•cm? m ta'fiS o'nas � �.�'c$raP E `u� 'F� €�t Nc yrs ° C,m` 3� �E mQw m r � �� y mo m�mcbmo o az�ESo a Ea 7n5 uooE tL� ililll z N t� �C li C ¢ yl g a a 0 ix x do J a a a a x � a o e b � ra x 0 CC x 4Zi a ii � f � a a S q a a o= 4z n o � g53 8 � S ? � Uu1 u1 y�y �.�pE ❑ O y r0 •O Y W J K M N iY 2 oG y i1 Q 12 y^ g o z 3- N! Ia lu O 4 O ¢W�W ua n +n z q$ O CIO 'N O m 2 V• 2 v IQ N ar ,- H U a1 Y O Z - C to m N S o W -s w U w O LU n O O a Z K m 2w 4 rt � � RR,12 a 4 illy N[31SNnH9 VNTa 'AS KMVN4 >.iN 'scramroncrw+iaanwumr nai,ww O ti +..ua,earw+ri+muruiawoe+M suaav Qm .� m c O .,�+.amartarrraxxrr.anvamu �, N ,'. Y m m o z m A to 1�i X88 0 z to M Y F C �pacr n wE .�� y'Q WQ� pli9y ^�' Diw � Z k a z ,� � i{/s{((/� o_ colsid x v o o E� �m QO ti Vx m .J JN LL mm ,� am Am LL a omcm tb 1� �� N t0 L2 T2 w•E�m � �� g� 2F �a Eap PU�n Pf e,,! wo,m m W CMEE 0-0 ta v 2 cv Wi 4 Ali Cd r+15 � v � w sz sea � �_� �►is � 3 � 0 m x � ,00t i X X x a b q b C3 o n a n o Di n G s n 14 Kt x Sz �p cc 3 o � � 0 eu 6 .q a x _ 4Zk C3 0 K U Q c`� n rni U to r m SY 4 z Z o Z � a0a F• m +� N — o z w t Z o n i1 n W }g d CL uv m Ln o$ 8 S p Gzi O m 3 �0 0. LU xa o � w Y " a °drW r m o �d o mz n U z� o i > ul N w Y o 4Z 2 > ? ~ N T �m o zo a nom^- TUUii � (vi tq ovi"+� U}1C�1 S F IYli � zu� L' 11utt1SS .03m v = M D zm D 6 Ni3LSNfRlB tlN313=A8 NMV21ti � N � � "f F w�raaauanpMbOlmAatWOW Mmnaaa¢ �. � c��� VO O wmwomr+ 0iwo a H400 la Wig O C4 = o w a U op N 5 �.�tCyR flg��! o }O.V c� UA zN F ^F IliIE to w <$ t✓m c m c F 4 �' �� ♦�� O. tn� yob E ib L m-E ww 0 tL 7 �qq R W N K V 20Ow S �"Ze dale m0 to Ox I � ' m� E €mE d52 �c �$ ffiFL, -Z!g 2 p O 01 Q1� C E m r 1tu 5 a fi M m LL M Fes- IL a� 9 O Z N vi v ai ME 0 4 z� - a a 3 LU 1z- Lua a c zn x x x ark Q to z q a Ut a � a J N Y a, a - a n O 2 N a a err x a a � 3a � o in uxi� u � —a m M M M N 0 1 x NluQ IL Fro w � oR v II o Z Z j� G4 yR W m ci 6 Y R N N = 6 n �vN O 0a2 in Y >0 Q G Q K 121-- Q Ll O r tY Z N p R O tt ¢ K N aR MIS I iA NrALSNfAM NNTm NMtl23d .. . a J W �sarGSlMnmwesa3slMl..v+r 7cu1= C .surva oavaccvwmuvu rvncowatervau wu aaau�aovuumaaawaruovaaau 0s �C `m Z Is �maHowau a rxuwawu�r� IIl $m r E (� ya�v�pypmar uta,rcava,�xmu acw iGC N-3 o a W m Go g Q��tti kggyf o 0O_O=r' a M PH ° " Iti Z a �.. bq o o o E a cEU .X p m r ul I 0 a+ o 'is Ea g N 8 a H I 4 go Oo LE.Z A N tm $ — W OO L W f0 d ccc WY ca� c� 6 op air a�� mm m rna 3 c Qs �(/Oy� a of pot N03 y E O W l-�_ m L 22:7 W « 7y aE Wa U U. O y�pp 0 z{ .Q y LL W N Y r+ N t7 F a Us 3a 4N a aZ A X X X a � a S� a a\\ a a t -Q—O a b b K3 s a a� sz a ( ."" Q zs o £� w � 3� 3 a � w v $ $ $ w w o w M w JI a �i Q p U O G� a4i g' vCL O LU CL LU 0 Q a m Td? v }F Q Z Ci O � ai .¢ N x h J 5 a N NbQi'ti m v = O 171 ® a (()) O O f3 Z m m o z �• � x � c� r a ruisanaa vNBm :A9 Nmvao �J o�m�Cuawcimcstruxaawaw+r¢rvaw, O z fyy- 0J I- V) l0YAi0PYGY F .r.. N SER xg8 0 a } o 0 0ty as z W, ,' +ti a c7 w C7 O dlu Q p4O w z 0 w < $ �� - � a NtW '�{OL. Q Z 3 ia O O t F '!► a U.Z a . , I-P Ott I } 4 Om C n U� �' rz L-Ux 7252 Y° Z Z a H a y w C U °uaw, N 9=1 $tiVn a � FmSw E 3 g p � aoU O � r N vi 'd' tt1 Zm C O ° Wld =z Q ronQm 1211 crm 3 4 � � ox yr c J 1 Q z lu l3 �, � Q w w ci= O CLQ Cb Z ° °z `a ° z 4 0 t� N U F fl z m FF d aw MaLSNMU VN313 -AS tN"Q '.� /vMXIW+CyYtINIYAMAwaY 1.Wrtla W O Y 9mYa aclAOMtwwaivfnlotaca•M➢Vuv�a _QG U twYYMVMORYmtMiMOfiY.btav iu 2 m �~ �ON89 M�mn1M1 urrmaauaaxvur 2 m z 0 O m�meaaca aannnruwanraau au+ N w �ZSmm m O o 0 ze. Gpu 0 a `s o$o E3 U 28 F Q4 c7 +x .7i Bno : -r=m m.c Em uJ �pVF" tngd� �� a mss m €u. wz a �� � o o a �.. , �y 00 o 4�c, o a.3 IL a m w Gf E m m cam? o F- _1 1f1 �Q��yds 4`�r' t'a �, w 8-x 0 Z Z 3 L� mK Qmcn 120 00 ► j e A c .a]' '0 U.z v-43 €c Ec "g ¢=11muCi VOZ'mm m� aGo°�'Qn T Z'5 a� Q2E>3 tu, Ima E UiAM O z C4 Ni d er a ; rl I SS i � Z vii O ( M W O 4 Y S a s i H a p Z MO y v i a K N 0y0 m w a p * m e a �_c b ca cc H �y t ` S 6w Yid m V W Oz C3 1\ <o C) p � y W CL wn Ix VA o > cc+{�1^� x M W 4 �NN LU a € 8 V z � � R z N� h � O x� oo 2 (pu t1pn g lu a q W e g b N `�'! t baIL A C N N¢ X a ° a a � ° a Q w o oU0 u W z� O 0 p =p:2 v� W uW� uW. 7 m 0 imCL zs 64, m v a C7 a a a a a NaLSNrINS UNTO :AS W"O - .. v LU O m 0J LU ,+:•o�ovvuwa�wmsn.au,vsu 3 e$ C]^ rn Zr�., w.erawarnwruoimaawruneoayow�au �. � �� e H r, ffi m v Q LV ui rrrIJJ �S11�R 8a9Yi oto _ o % x z � a V F- q�,�* °8 � o: ..tom"' g m '+p Oq WY A K .E y 04 Z� F+ �Q= 0 "` W W }_. E m i S �a �� `adngr� 4��h w AO`= s w fig'g zO�r 4�� x Z, (AIL9L a 00 m 2 Q a v� v o o if 0 a m m v_ z my 00 z }• �1► c o m E e 3 Q a Li Z E a •a rn _ 8mm c 192 vXo z 3a� $ 50 lir2m�y E - . m mo ~x m C tl coCL Co a' v C W T a QU Z mm 0 >oo C V3 tLm O gg a z .- eci epi ? irj O 009 0 g o a U E- pw,,, o fop Q t7 =� p p UK Z O rn : � "F w IL w $ " s > a Q ; Y p F z9! � m � z - z SS W itu ° a S' wLL 0 O 0 Z N� N x 9 H �.. 1 s 0 m o ru x Q d p W tu a $ o w � � Yn o m m20 Z U w p SW fl�l U. X=U. bw Jp x c� g m m $ o ~?z u o 4 3z tY �"4 U ts1 33 Q z a Q n sci �9� dz U a 5 13 a o �- m ~ e w t7 " to a�2 wj a a wr z a d o O i m v OYz ° t�C Q p� H uat ID a U >U wo z o vw4m lMV,8a y !;O fAW O Y'I�'Mt+1�11BVU1B]S+Y1f1101D'M�'M i([A'4Ll � '� a � � waoxnlrrtrxxdrmmiaunureaa�araau � '� Q a s 3 �j c ��+ "f5 � ZM 1vmirm 9p1oyoan uwrunWausvwlm �" �fi gg w m$. p � +' M H � � ymruaawccurmvnsrraorswaau awv a t� iG ui ���It ri,�g�f N 0 4� 7 9 �' j le o m c 5 a s ny 0 O .. � � p �'� til Z +-; � � a ` cv o X S R n w o 00 o � Nc5 o N YIMZ0. p c �� F c m u N c < _ Q W a'd � 4a 5 W C Q.IL a�k tl s QN m3 o qaq J� z 3�� � a— �� o o Z o O mm [OLZ 11? �E� $ m OON y❑�'tl �n W} a�? v¢,t4 +off O a O7 C 6 Z O �} an zLL Nom' n12 FON Fo IN �ycc O Q > N >mR A I Yinm � cF- g^m � mp } c W O Z cV ei ¢ O ° n kli- AL H ° CD m Y f^ N N 4 V == FT Z Q Z J y ` W lu f U IL in Rio 1 y } LL N A � € N z_ w 9-3 N SZ QY / w Q o W X Y S � CI o C2 d �a CL Q F. to v pp X�wpip p _ tpu 7 p a U. NaLsNnas vri3t3 :AS rw%vao d -----A y,. '1CAY>YM)JI�VYlAO AYAMAdoY NYtYfapJ O �,I 'WNla0AL11MtYC41(xW1agK1T1Y4L1Y/!/ x o ms Q Y91 M06VKVKYO/R1Yf W5 MHm t a E c o tu 0 Z a 8 W$ a to c N a4 ,gay o �( �+ >-a w o v C fL w §---; 4 4 nam P V = as © 8 o 00 �o < Ul o aW c8a me $ c c c 0 O H E � a VR' �k� SRO w LL z a v 8 a so m o €'QQn 00 \tV IL. Qac �m c 2S � o'm mO� M om a}q c6 Qq Q t s by !11 fA C � 08� oEa m m L� .,n Se Em m� Q$ H=o pip wN a v1 ra�'c �m¢ m •� � Np��ni 1nl E U5 s u z 9 3L, O z r ri v vi fp cs 0 `Y Y +r zc Ow a Z v ra � � o o x I a ; z ji us 2 y 0EE J aw H 1 mho z na _ wNEm 0VU mW tOj - tirr < a .SAT �ym a, inm le z a2 id= 7 a �i � x 00 9 ti aY' 4 C aFa 0 aC mp F rAUj a l U +- Y� X 0CFS UJfn a h: w a 1 a dIMM x131sNElkB Ml3L :A8 NMVlSQ 1CYIOiI.WdI�YtNIiAMLmY Yp4Y1WI O C41 �� O9 O g 5 w � 1ER �BAy o °15 V F fi E c ti Qb X19 - O £ 0 ci p'�j O ° �� n� OIL ti o k "c, a ' WO m Q to v r iL'to 6 H illi Jt/s `y0p4y� OW 00 F00fi Ilii e �r 5e Eo N`mom is to Eo E� � � � U* z . N i X 4 El F c M = y Z '� a� c�i r y �pFyy�224i1 y � ZO V z Y K U 0. N fllU p QpOz W ... z o p fL m m m [7 ad y o }o >- ar p aR -KZ Yw o z w p 5 zw za m � m 20 A IU z o zi o a vi9 w y0 MCC K NimsN us vN3T3=A8 Nmvila "� J� :xxwaur�w+axn.oa..prwwr taunua G7 :mu..ewxrursnavusa+cv+m»ireurnr a `o '- S � io:mntourxwr+awmww.oamxanw O �(3 m c � m '� A W p 'm E C 4` ym m U.L Z X 4 d $ Q02 N 6 rj X —�RO0 go i. �3 �r c� S-4 uQZ yQ �o E �F 3� m� � 80 55- N p m J N^ r Z tf SCJ 4p p DIY O m CL w- n° '0,14 14 01 i Z. OC v �g U w �4A o S 5 "z-' m ¢ u wy W G �r!� RO 2 It1 F W Z EOz Fpw rt0:¢ ZW ftO¢ yZ QOM 2W �f U mV� g; J=) 41 z o 0 g � Z J 6 n c a 0 io TO bio F. K so 4 C�� z Q C2 asas 9L K H N u!Q LU ww ca S 0 W a � Q y�sm z Ca m zZ_ 4 3 z ® aw S2co G\ w z tl J z O U u U NK tl N 7S 14- Z 3 O w 4Xy 'i C,Im N �Q7 N oz N 2 �j oz w �� � � OU Nw OZ O O dJ p N U JU O O d � r4 �+ NEUSIMIde VN313 "A8 WN"a o �+ v W v u�v'eawar'u'w�imerxauar" 'aw N co 5>E c o m h no�awurrioaaam�oruvon,®r�eaa � � Q� � :: t�8 N a � V � �+ O �� •waa�nwe�rraaa7�r�a � �.�N p�� c �N O o p V y zi W zu,ci s Q W �ylRR 8a�� w ow h b �p '�" Z(A N4IL0 to _ 'Q lij o y c '° � Q N �Op�y�CJr ��yy a IL E Nn omac am Q� dvZ ,� 3 ina rnEo wCD mm OO s m E� 3o CD � s Ea m o� o.c� 1S �L�-' .b= o vm �—�, ?9 Nm n « ro tm 8 �� arm �U n yy E `o m °' SWad d1 Sca mm o' o o z Lt�$ Uci w_� V O p d 9 a D D q D 0 FW z .- of at 'f psi }� \ ba So 6 to 6 G J co < wo z a a X x to d O rxr V, j 02 Nwzz� $ uN v_O Vz a it D a �t Q � Wt� � d� fn M zs w X a a a z E"o gN }gM, .t+�M NMS 9 it {5 t= z Q azE o O Q N r gaz 'N{o T. x S 2 S CO X ��Zq$zC ,moi O O VN aOSO I{ m w v a W O n D ar aqi n n r m o z „ W w U N L o i, z F a p m z °J ? IL L z �N Oy .O Km o a1 m W Vi O zz %ai 4 al o 0 3i E . zw i z s z co n� CI 7 23 a � M c n 0 z w N i D o Sz �N �:E Q X gC{ 2� sz amt ' d wE It �°vnQ � r8 to -' a O z W D za S Ti iz O Ll + w Pc U a n aO n o n a a SN3i139 TIM -'As f4m"a N ur >+t!Jta»xrcvrtaM,uamt�rtoav xartew Q mai .J W avnumttoawmttAawtaar»wautvav tiI �y �AYR1YrlWMXLaitOMM1alrilJifYliiG �p f r� 9HIaW W/]Aa')ILaWML#tiMLlf � Q Yi'a W�r ymmooar�r�'m�rrtarAlmasat ZIw � x F ci N r —mc qZ z` l�R 8g�`�'r g ,J a t0 rq a °' m U Z g OI w Fm 0z •; � �. N� 1 �z wo C O O �� �O O < O d LL C G Ul 4j a (oil su Pt2w 8 on m m -� °d c c uNi c ft' =IL Z E mor m `a m A. n 06 F- �� W o �mmm U m «OLL �r 5m acm> mtY �❑ m o n pp o soto Z a yaw z v4 �O t- H -low R °- '~ �nWwoz z�av a. JQ' a OOH p =zu. °IcaWo �»Noz r O 2 Z tL f-N U OvE g C7 F-WZ R y F-8 cL ZC%LL yS O aw 2 =an �F-0.Z2aa c* > Ir WWW b z z $ > W W w � W z aNsr' ti o = C ZS Z O c x n ° 5 g a a MW w w z m SmS S x O ZZ ,3 a Z r n w 00 U z Gzm W 3 7S �u vi R ^ -o It R y w z D n ow z°E to y uio Gt a4v 10 a 0 0 0 z v y 0 m5R a �y Zx v� A• NOISNRa8 VN313 'AS WVWO p —x m Aucuo°zrmuriwmnra+M�u,rru O O C N L9 SO �c n odyn Hco = Ewan � w Cw < 3 CJ 10, do! 9 ¢ c— m� ° S Z IL ; $a w m 6-0m Z Y 3 i o m c m mp Qma a%$9 mo €E m � A N � M CAW L" -'f C O $m 3 aoc E uo� nE W o�3 CE `o mQ 1- . u_a U F-0 4. of a ui a� 19 om ` N � N a o eN ° w yZZw a a $Np F II!!11 3 z r �� t- ° W o ui ui 6 \ go pi D v ° O = z a cc IL til q C LU 0 0 ul F W Q o� CL —G a c nQ a a p a a O a x x = w Zw zm b a a o Nf3iSNRUB VN3'[3 �lJB NMWQ - m G w %4'NYM#lmnl»iOAMNWY idi%4a+ � � 'hWtALOYIMSmliMltl.OfGVtlp{�N(JYTL {�{ m 41 (=f MfdY➢.MYIYYAtiCO/mM1Q6YSOgYSiKM i4 y Q 7C .Fs— �l #mi'gR7M�C�bODH'ilwyfYnpyYpiDN+N/ E© o p a +mruwmnm�rams riaYaAwwa aux = T MY► =S 8Fi Q�Q< o O C7 a m `p °H o z �y1FAR kg8�l N c C H B :SL ,d m�UwC�rnm c�a g10025 Qa0.o° ILeo , ��ls 7WC i ZHU WW2 JE �o � � � � aw AR ayy n w £ 0.4 a = 3 pmpOw b ZC.4of � z aD N U� i.. HJT 2 U >� Q 1 _ q w . . J Z U V aw !] w W Z F.wm U 4 w $ (q O LL O LLO=p N z J _ 4w s w 3 Z W-0 — i u � � U mw yag= a�O Cha �t CD na.m I Z O 02,0 CL CL O co bM 4W �ZJ C* o _ 1 W!w V o rg Iy O O te a. U U = t1Ui 5 z 4 error 9 m N LL w rlrl d � �lid aw OZ z So O C F, b OLL rc m U. b w9z a Q � wcp tu K m LL rr �ianaEi taaaj :�a Nnnbao A 't191NYYaYJ m1JY.'IOW.tYMIWY 1YOY O (O �yrmu,ouenu'Ycosmxouwrsv.Yau:m Q$ �_'aot ri m c .a m r'N „cRswa�mama.v�iaxar'��afu�+ Q w 3 a� m aomv riI"'a m GalQ.0 m m m 4gai N {u SL � 3$mm o® -E 3n 07 OQO�r �C�S N a fi� ti ¢c`4aE m9wm caro $m 1Jy x'm #t► a mQ a�$ maw m�r�. oc cmo gm tr N �� .p m FTra.P3 » fin mz€ p >rlc m- sag c mm Ecy�ca � Em 'c Em�8 mem mrnm it @�� u$mEa � �_@�at4j C po mC _ _ $mme raAam s5a m �� m�� m Yw a� dmn -oc$ o z r C4 C6 v .6 tri 0 ¢a o LL Y �to QN W yy{LLyf i. r ZqZZq J�FI r j r1t 'JI II 4 ... � �VF If ui Na mi CD f 1 { 'ly Jli z b � U J U 1 U~ d W J m x w d (dAl).9 (dhU.B oa, o J z m m5 r 55 � �Z W =� m� mz Cc> 6 EF uu 5Qa f— L�"7 WQ qy gW g n 0 0 /�jj Q l 7d c w J ] w mi u �q oo �tto a • d ��d W *JN 0 0 0 0 G tui7 7--� -----`-�--�-- ZIM cc a 0 {� M:4 WN 2U 72 d ul Ir Q w � r QiSa�A�VSII tA8 Nh1V210 - Irl �c � w�ti � m � � o Q� IL =q ul ;y cc x N x A --j lu lu ,Niw .0Al W Q t7 03 N' N , 4 N' Xj 2.1 tit IIrIi az AR uj rx co 7� C3 ,N 4. W1�tii aw go ui Im CPdO,-ikO VSI-1 '.,kg WAV!10 ,Cm {Y.Y10bMnta'aYACRAnYARfY 1C4V.%M �( O cm.m8 i� 'bhLlbUatfLN9PLYLIkGfdllBWl➢ILL1YiN !ft O (?: W 5C C C Ao1mY97aUw�Y'YaA/�iMISYaYYAgwitt � 1 �.' ee r O Q NM1'1�m•lnMaepxet 91YYMIOMWtlWSM'LIO t"^a m N � uew+�odaw�m.cao�matrtwr,.rums auw � �y .��� o� 411 �• O o Q N w oc �+8� �a8y� 0 4!m Ulm 3 am < b91 — a0N�v2 c�E On c GoCN Lu m.0Egga I Ow xF a �" Oft+y m § 3 X LLT Z� o 0 15� z x .zt x.zx s Oto Il 11 fi O m� o YB-z � II 11 II z o so� &Zu II 11 11 U wri z r II 11 II H O-Z 1 .tJ1 e A IYo-! x .t s.8 00 it ll' r C F1 I �tlt � Gll�l�!�11i I ilia tl _7I-711�-1� I{1171 "- l 11I T ( IfIf aa, IEit 11 I f ii 11j ^ - -- ^ ^ " IR 11 <w N I I I I � g 1 111 1 1 1 1 ff _ I X11 a .ail I _l l 1 to 0< 11E 111 m I I 979 0 11f 1 I I 1 ; $ o `>o o Z occ25 al>: IIS SII � I I I I a I EE1 ,3j{ s33ves rrnoa s© mi.o- u {t1 M11I I 1t I`! '1 ,II IEII nEl I r I ii I Iii i! j � �,� .vt c-z Qz nn Ilii 6'1I ( ii I Iii iI vtOx null 11 u 1 - a °11. o tu Q {1 o .8 .Z-.L 1.1, ,� .8•.L � o � or. m 0 oc e z x< 3 e s IzZ zt z [ a ai c� I_ O Z I .t I.t .6 f0cc 6 K ZQ �wd i i f •-U a' ,., i — j � •! W a —}— T =, b o v� to -T {V aE� F4 < m _ 1 i _ I ce- U q Qt vurns xarn.,,ms wmwo ai 'ty `m s,,a��artmr+.na'rFrMNea.>N�.Nm � Q .. � � w�.aralourx»vuvxewunonrrxsaau �_ R O ¢O� m ,� W NCTui tn.mga4 vay.um W»yNryp y +1� O r � T � �� Wm s,mvpma,�]woTenvtwa.wvewt atu y� � �a Y c iwF/ U CD v v z �� add V a 110. c11 oiw v, `F ' za a OC t` z o a m = a i 8 ddb 0S +i.0 O � H 19 z Q, i' O wQ SC CL nF E � mH �'� c � h �!► S m o �T o •c o i �D H N ? ao Lo D t 4SUS CLm 5{mUri G y . �q T z: Ulm p p*my ITt/3 F ! ii k{}iV ii fl m ,2C p 41 � z :i O i E c E < H ctrl !�- d3 7 �m K2Em w T O h 1 pN air OZwM ij O{..W COZY Ka, Oat Pa iI W� pU ii z� U Vto ' QC, NW `•� H o m� o d ii o� z dM £ Zw ZaNm U O it F o = LLrr[$q�D�a M—Wwa ♦ a-IN V IL Q pow ZOZ ° v ♦ ' y� goo �a Lw o w p OLL.W ¢w a U a qtr oaam w� -a aN M.g z W .h W4 aa' yS�N 6yJ _ • U.L'2 {��1U., ul WA NKKto of i= =<U n P: as z ¢ 70 UO J o OZ rttau Nh n r s axi '2 1"-t u' S ai z g a '♦ ♦ Q rLa Ow �� �§,,p FFw MO 1Q31 W V� Wq z t a o awk wu`4L>tlY � — tij ' 0 0oLU 6 0C 4 W e A ... e e C U U lot. IL Q .� LL WiL Lu S:'3 q ZtC O^ aRy K z z_ya W0 4 ZY D3zW UN U O R rt a_ vxMs ArW :A$WYUQ �wminsialwnai�mmr rcltww �. Q �., E 0. '� m L Oi �.amo5a.aaaw nvtrxwaxralau ata � � fV G O oz IL N3 0 o a -cc,- m Q Q dip�lg '4'�S�a a• Q N p �j z o a mmm E '� 3m au Z 3 lu aLL o, m4 c 06 x {CO$ m C! mT y SCEq rs �o �j a O S Qt•1 UU �C H p�� � �ZE �; zzaap Cf ,mC m i Om9 CZ Y 7 4 3 7� z Ci Ni d Ld { a i f it .: N NZ JZ O } x Uq = Go a ili F U n w S U J ? S sz zi? z ^- IK w o u ' a s kw °� o s !; w , wk a a k x Zm 1 Ow a � Fz o owl W a 4 LL_I {LJ Z Z C '�(Y 0 O � - 4 itt �a a 5} ay J 7J W m o � Wa y� � b' Te Y O O U dt + O a LLI CL3 w n - ry OZ 4 - a ate,0 fib' s 4 G 2 J A ttl- z YY�11 ", C w 1 a xv a O 4� O v rx IL Lu LL 0 OJ OJ Oa'• Oen aJ LL4 0.c kr OW a ui U CL `o v�rnsNavw -,ksWAvv(3 ' Wz - h �� In? &low KOO NO it O "W WWW Ala, + EMU§ uya a F t, � xy + � v Wj 42 � �'��'��€Sty�k Gy 3r.��' � ,�$ `:. r luxl�- tit mom 8 'gym �10f, G TIQOman rNRly4'"§# fS' S,3`ry AWNTAP 6t AGAN00 am Mom- t x �t � A 'a?ra 1's'm ea >Y f 9 h KA UP _43Ua x r Ey vet ,"'�.?�. *. "x:sn vs� + atx ' .0 h xne�` - „t,.s : �x sZI s.,`: a a •c �,a+� � � '` is 4:,x'4 z=a 1 �t ��s s.,. .+err.� ° A AM r xzt ax '` tFz "'V a"t 'P:! "'sa'me, iii # 5 X w wool WWI ­00In son wyn It. s q41 Wj, ':amiss tk 'i§ `app-g, s'• may, ?Q511s. mop, OEM, g `z �r Thi s min S loop 0"M AS f ki ', r Vit All 1 W11 � a too '� `*'tear��t.:�.� � u„t��. y� —wx' � n' 's Bill ,, v `;� ' ¢4ti pay OIL s Twp r e s�� > ,= a, '; %�y ° �kMai vim NOW Who 01, psi nag gga z- a a g 0 ,x; x xsa w X z _04* 44 Amos � a # � z a t, a'moi' q..; k s . UR xMCC ay,. s M— Mao N Flo a h •�. r.. � � 4 ri est 1 z�"�r� ��, syt r AA t .s� � d �r APPENDIX D GEOTECHNICAL INFORMATION THIS PAGE INTENTIONALLY LEFT BLANK a " U m O Q U � Z C? M � m cfl C LO n —� CV) a coa $ North 10th Street 0 3 U North 8th Street ar O •� I � N r�r O J a w 40- gel X C +rr 0 +.. CO a air m W m 7. o - N am n THIS PAGE INTENTIONALLY LEFT BLANK ^ wrLABORATORY TING PROGRAM a t U.S.C.S. FIELD o SOIL DESCRIPTIONWELL/PIEZO tv CONSTRUCTION ;81 4.9 v L asp A u ('014U G N csr�' •^e � = cnz z rsa o o Surface:grass Topsoil_ -- AM SILT WITH SAND(ML):brown,dry to a"� moist,soft,fine-grained sand- (FILL) Q 2 1 OQ 2 . A arr 2 O 0 2 ML SILT ML :ti ht brown to — ,—— — a` ( ) g gray,moist,soft, z I trace fine-grained sand,yellowish-orangeH +++a oxidation streaks,laminations of fine plant 0— I material and gray silt. O SM LPOST_GLACIAL DEPOSITS 2 3 SILTY SAND(SM):Iight brawn,moist to O�, 2 wet,fine grained sand. (POST-GLACIAL DEPOSITS) 2 P-S GRAVELLY SAND WITH SILT(SP-SM): c) r 0 li 4 brown to yellowish-orange,moist to wet, 19 dense,fine-to coarse-grained sand,fine- X. 0 and coarse-grained gravel. z 0 19 (POST-GLACIAL DEPOSITS) z r„ rrr O v� SM SILTY SAND(SM):gray,wet,medium IS dense,fore-to medium-grained sand. 6 5 __ (POST-GLACIAL_DEPOSITS) ,+r g SP `' GRAVELLY SAND(SP):gray,wet, -- il medium dense,fine-to coarse-grained z sand,fine-and coarse-grained gravel,trace O z silt. 00-t (POST-GLACIAL DEPOSITS) z :. dQ SM SILTY SAND(SM):gray,wet,medium — o 20 dense,fine-to medium-grained sand. .a 7 6 (POST-GLACIAL DEPOSITS) 7 rr 6 �O D N S25 0 N DATE DRILLED:6-22-05 SURFACE ELEVATION(feet): DRILLING METHOD:HSA at LOGGED BY:D.Divine TOTAL DEPTH(feet):26.5 DRILLER:Holt Drilling fl REVIEWED BY:A Byers DIAMETER OF BORING(in):8 CASING SIZE:NIA wr� o South Lake Washington Roadway Appendix Z Improvements 40:0KI.EIlVFELDER Renton,Washington A 43a N GEOTECHNICAL AAND TNDMATERIALS TESTING IRONMENTAL ENGINEERS BORING LOG D N PROJECT NUMBER: 43221 B-12 PAGE i oft am TESTING PROGRAM U.S.C:s. LABORATORY FIELD i . _d �� - o SOLL DESCRIPTION w wELLrPiEzo �a v> d -34 �} CONSTRUCTION j` �� a c z .d ao ' o o 25 3 7 -grades to loose,with coarse organic 3 material. 6.5 Boring terminated at 26.5 feet below ` ground surface.Groundwater(see page) Z, was observed starting at a depth of 14 feet below ground surface during drilling. Boring backfilled with a mixture of cuttings z and bentonite chips. O C7 a• O O.; �3 AU zP Z; o �F v , o a z OA v�• x a h • 11•��4 Flo 1< 0 LU v O N *SAMPLER 8 Cal. 5"OD) R SPT(2"OD) o Core , Shelby Grab ® No �+ a TYPE Split pooh Split Spoon Sample Tube Recovery c? 140 **HAMMER WEIGHT (30 lbs (30"IDrop) South Lake Washington Roadway z Improvements Appendix tr k"KLEENFELDER Renton,Washington A 4-3b }' GEOTECHNICAL AND ENVIRONMENTAL ENGINEERS t 3 sou S AND MATERIALS TESTING BORING LOG PAGE 2 of z PROJECT NUMBER: 43221 B-12 TESTING PROGRAM U.S.C.S. LABORATORY FIELD `Z � WELL/PIEZ(? Sao- �y = 9 w ag o SOIL DESCRIPTION CONSTRUCTION ^a Gz � g �� H v �, p o c Surface:asphaltic concrete pavement U Z p UU A phot c concrete GP Base coarse gravel. _ _ SM ; SILTY SAND—(S—M—):light_ brown___,d_ry_, e4 loose,fine-to medium-grained sand,trace fine-grained gravel. 2 1 (FILL) 2 ___ __ ML SANDY SILT TMI.):fight brown with 2 yellowish-orange oxidation streaks,dry to 5 moist,soft,fine-to medium-grained sand. 1 2 (POST-GLACIAL DEPOSITS) z 1 _____ __ _ _ _ ++ 1 ML SII,T(ML):light brown,dry to moist,soft, o ca fine-to medium-grained sand. (POST-GLACIAL DEPOSITS) p 1 3 __ _ 1 SM SILTY SAND(SK alternating with 3 SANDY SILT(ML)in about 4 inch thick layers.SILTY SAND is light brown to c� 10yellowish-orange,moist,loose,fine-to Fx+p 2 4 SM medium-grained sand.SANDY SILT is P 3 gray to light brown,wet,soft,fine-grained Q v (sand. I Zp 3 tOST-GLACIAL DEPOSITS--) I -� -- ------------ --- SILTY SAND(SM):Iight brown,wet, p loose,fine-to medium-grained sand. .(-K 4 (POST-GLACIAL DEPOSITS) d p -grades to gray,medium dense. V z 15- 4 5 �u 9 DA A4 <d O 2(} .2 5 6 cL 9 ws 6 v'0 �Q 0 a N JIM � ML SANDY SILT(lull,):gray,wed very soft 0 25 fine-grained sand,trace fine plant material. DATE DRILLED:6-23-05 SURFACE ELEVATION(feet): DRILLING METHOD: HSA a, q' LOGGED BY:D.Divine TOTAL DEPTH(feet):31.5 DRILLER:Holt Drilling REVIEWED BY:M.Byers DIAMETER OF BORING(in):8 CASING SIZE:NIA Q ...o South Lake Washington Roadway Appendix Improvements lk"KLEINFELDER Renton,Washington �4a ""' GEOTECHNICAL AND AND MATERIALSTESTING NTAL ENGINEERS BORING LOG � 0 N PROJECT NUMBER: 43221 _3 PAGE I of 2 TESTING PROGRAM U.S.C.S. LABORATORY FIELD d cam - o SOIL DESCRIPTION WELL(PIEZO N CONSTRUCTION �E., �W tW-..2 � d a4 o= rnz Ln �O d a. Lz .., 25 0 X 7 (POST-GLACIAL DEPOSITS) 0 o _ _____ ___________ z. . SM SILTY SAND(Slut):gray,wet,loose,fine- to medium-grained sand. 30 3 g (POST-GLACIAL,DEPOSITS) 10 GM o SILTY SANDY GRAVEL(GM):gray, wet,medium dense,fine-to coarse-grained O 7.5 sand,fine-and coarse-grained gravel. - .4[4 OST-GLACIAL DEPOSITS LT. Boring terminated at 31.5 feet below ,m ground surface.Groundwater was encountered at 13.5 feet below ground «, surface during drilling.Boring backfilled x 3 with a mixture of cuttings and bentonite chips and capped with Portland cement concrete. RU O, O H� O, (-e w mac` d z� Oz M 0 NrvN i r r E Lu cO *SAMPLER Cal.(3--OD) ® SPT(2"OD) Core , Shelby Grab ® No a TYPE Split Spoon Split,,poon Sample Tube Recovery c� ^' **HAH9MER WEIGHT 300 lbs I40 lbs (30"Drop) (30"Drop) o South Lake Washington Roadway Appendix Z Improvements o k4KLEINFELDER Renton,Washington A 14b z GEOTECHNICAL AND ENVIRONMENTAL ENGINEERS BRING LAG y SOILS AND MATERIALS TESTING S PROJECT NUMBER: 43221 B-13 PAGE 2 of 2 TESTING PROGRAM rw .. LABORATORY FIELD U.S.C.S_ w w WELLTIEzo o w w� o SOIL DESCRIPTION wo ., x CONSTRUCTION a`- X- j v �; wa a"�.� O w ay Surface:asphaltic concrete pavement 0 v a a ° Z o xd 0 Asphaltic concrete L6 inches thick)_ GP Base coarse gavel.___ __—_ A r�� SM ,: SILTY SAND(SM):light brown to yellowish-orange,dry,loose,fine-to medium-grained sand. z 2 1 _ _ __ (FILL) o R 2 ML SANDY SILT(ML):light brown to _ H yellowish-orange,dry,soft,fine-grained 2z 3 sand,trace fine rootlets. O v, (POST-GLACIAL DEPOSITS) 5 1 2 -grades to light brown,moist,very soft. i — -- ------ ------- O� 1 SM :.t ..: SILTY SAND(SM):light brown to o q ML yellowish-orange;moist,very loose to .a SM loose,fine-grained sand. J c; 2 3 .: :. :: __SI'OST-GLACIAL DEPOSITS__1 �. 2 s1VI SANDY SILT(ML):light brown to 1 x wish-orange,moist,soft,fine-grained 3 sand J -GLACIAL DEPOSITS __jl fl t"'' 10 5 4 �S1LTY SAND—(SM):light brown to lyellowish-orange,moist to wet,loose,fine-I A U 4 Ito medium-grained sand,lenses of silt. POST-GLACIAL DEPOSITS) __j 4O SILTY SAND(SM):gray,wet,loose,fine- z- to medium-grained sand. (POST-GLACIAL DEPOSITS) U< ML SANDY SILT(ML):gray,wet,soft, -4 U fine-grained sand,with large wood pieces. 15 (POST-GLACIAL DEPOSITS) E, 4 5 __ ?{ W! 6 SM t; SILTY SAND(SM):gray,wet,medium �. dense,fine-to medium-grained sand. 5 (POST-GLACIAL DEPOSITS) p z ML SANDY SILT(ML):gray,wet,very soft, Q fine-grained sand,interbeds of silty sand, >4 U trace medium wood debris. 20 (POST-GLACIAL DEPOSITS) 1 6 1 �H r� 0 O 0 0 n w x 25 > O 8 DATE DRILLED:6-23-05 SURFACE ELEVATION(feet): DRILLING METHOD:HSA as LOGGED BY:D.Divine TOTAL DEPTH(feet): 26.5 DRILLER:Holt Drilling ¢ REVIEWED BY:M.Byers DIAMETER OF BORING(in):8 CASING SIZE: NIA rr c D Proposed South Lake Washington Appendix Street Improvements Ilk"KLEINFELDER Renton,Washington A 45a GEOTECH O[[CICAS AND MAAND TERIALS TESTING ENGINEERS BORING LOG 0 S PROJECT NUMBER: 43221 B_I4 PAGE 1 of 2 TESTING PROGRAM U.S.C.S. LABORATORY FIELD wELI,rnIEzo ' H w x w� o SOIL DESCRIPTION w. w c-a� w aw CONSTRUCTION U:" z IW ao A O$ QO 3 ' zOU 0 0Z i 25 ; 0 7 It �a 10 V 6.5 Boring tenninated at 26.5 feet below z " ground surface.Groundwater was O encountered at 9.5 feet below ground surface during drilling.Boring backfilled N A with a mixture of cuttings and bentonite chips and capped with Portland cement cap concrete. Z UA O E d� AU Z.. z z Ox V o a d a z Op Q �w 0 0 ujm m j S *SAMPLER 8 Cal. S"OD) ® SPT(2"OD) Core , Sbelby ® No P4 IL TYPE Split spoon Split Spoon Sample Tube Grab Recovery N *k 300 lbs 140 lbs m HAMMER WEIGHT (30"Drop) (30"Drop} Q o Proposed South Lake Washington Appendix Z Street Improvements KLEINFELDER Renton,Washington A 45b F GEOTECHNICAL AND ENVIRONMENTAL ENGINEERS BORING LOG SOILS AND MATERIALS TESTING PAGE 2 of 2 N PROJECT NUMBER: 43221 13-14 Ca ut CITY OF RENTON Page t of t Public Works Department CHANGE ORDER NO.1 CONTRACT CHANGE ORDER AGREEMENT CIT Y F RENTON CONTRACT: Logan Ave.N. Stage 2 Lake Washington Trail South Lake Connec CAG-10-067 p n Project DEC 15 2010 CONTRACTOR: EnD General Construction, Inc. RECEIVED CITY CLERK'S OFFICE SUMMARY OF PROPOSED CHANGE: Rea son/J ustification:Contract calls for Asphalt Concrete Pavement(ACP)Cl.B for trail surface. However,WSDOT no longer maintains a specification for ACP Cl. B, HMA CL,318"PG 64-22 be used instead.The City Parks Office checked out an existing HMA CL. 318"overlay and found it to be acceptable. Contract Change:Bid Item 81,"ACP Cl.B"is changed to"HMA CL.318"PG 64-22"and increase unit price from $92.58 per Ton by$8.96 per Ton to new unit price of$101.54 per Ton.Change Schedule of prices accordingly. In Plan Sheet DT01 Logan Ave. North Typical Road Sections(both of the typical sections), Pian Sheet OT02 Cement Concrete Driveway Entrance Type C(Modified),Section B-B and Sidewalk Ramp Detail Section D-D,and Pian Sheet DT03 Cement Concrete for Art Work Detail, Section View change"ACP CL.B"to"HMA CL.318"PG 64-22". The use of"HMA CL.318" PG 64-22"shall comply with the requirements of section 5-04 of the Standard Specification and Amendments and Special Provisions included in the contract documents. Use and testing will be consistent with the requirements for Commercial Evaluation as called for in section 5-04 of the Standard Specifications. Increase b.i plan unit price for bid item below as shown in the schedule of prices(no change in quantity)and change b.i.description. Item Approx Units Unit Price Amount No, QuantityDescription 81 425 TON HMA CL.1/2"PG 64-22 $ 8.96 $ 3,808.00 Total this Change Order:$ 3,808.00 Working Days: None(no additional days) All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878.600,36 $878,600.36 $3,808.00 $882,408.36 SIGNATURESes��� l Cantractvr; Uf Date: i l I t� r J) Date- %2 ovsd 6: Date: C (Transportation Design Supervisor) CiTTY OF RENTON NOV 292010 C,0.a2 CITY OF RENTON Page RECEIVED Public Works Department t1r.e, 1 Y CLERK'S OFFICE Change Order No.2 CONTRACT CHANGE ORDER AGREEMENT CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Conne CAG-10-067 Project CONTRACTOR: Eno General Construction,Inc. SUMMARY OF PROPOSED CHANGE: ReasonlJustif!cation: The contract currently calls for removal of sidewalk along the west side of Logan over the entire length of the prppiect.It has been expected that the existing sidewalk is unreinforced and 4"-6'in depth.However,at the north end of the project,between sta 139+33 and 144+16,it was discovered that the sidewalk is actually reinforced,10'to 12"thick and includes a strucurai footing. Contract Change: This is a changed condition and removal of the sidewalk between sta 136+13 and 144+16 will not be paid for under bid item 10(Sidewalk Removal)but will be paid for by Force Account throuigh a new bid item number 83, titled'Reinfoced Sidewalk Removal'. In addition,three working days are added to the contract for a total of 103 working days. Increase b.i,descri tion. Item Approx Units Description No. Quant Unit Price Amount 10 -586 SY Sidewalk Removal _ $__ 2.42 $ 1,418.12 83 EST FA Reinforced Sidewalk Removal EST $9,490.10 Total this Change Order: S 8,071.98 Working Days: Three additional working days for a total of 103 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $882,408.36 $8,071.98 $890,480.34 SIGNATURES. y Contractor R y Y Date. Project Manager; r / Tim/ f Date�EpZ yy r , /72 roved By: Date: 11r--' (Transportation Design Supervisor) CIN OF RENTON CO.83 NOV 292010 , CITY OF RENTON Page 1 o13 ED ECEIV Public Works Department 11116/2010 CITY LER IV OFFICE CONTRACT CHANGE ORDER AGREEMENT CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Connector CAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.3 SUMMARY OF PROPOSED CHANGE: Reason/Justtfication: The Renton School District(RSD)requested that a 6-inch diameter irrigation sleeve as noted on the attached sketch be installed in order to facilitate future RSD work in the on-sits planter beds,and agreed to reimburse the City for the cost of the change. Contract Change: Provide 6-Inch diameter irrigation sleeve,from approximately Sta 129+00 Lt.to approximately 129+75 Lt. (under driveway)as noted on the attached sketch. Add the followi bid items: Item Approx Units escription Unit Price Amount No. Quanti 84 1 LS Provide 6-"dia.irrigation sleeve from Sta 129+00 to 1 $ 1,805.48 1$ 1,805.48 Total this Change Order: $ 1,805.48 Working Days: None(no additional days) All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $894,480.34 $1,805.48 $892,285.82 SIGNATURES: Contractor Date: p ti c t ` /t/ P Pro ect Maria er: f W r r Date 12 3.Appr roved By: — Data. (Transportation Design Supervisor) COST PROPOSAL - Irrigation Sleeve L04.4nJi/F A1 CT ZC.4 _ City of Renton LOGAN AVENUE 62 ,3 3 COST PROPOSAL-Irrigation Sleeve Project Name: Logan Ave Date Work Performed: Location: Date Work Accepted: Contractor: EnO General Construction,Inc. Project#: Subcontractor: Item#t Description of Work: Group#: Irrigation Sleeve Estimate# Calculated By: Checked By: Employee Name tabor Classification Reg Reg Reg OT OT OT tabor Subtotals HTS Rate Total Hours Rate Total Erik Sanders Operator 4 64.49 257.96 $257.96 Marlon Stemhagen Operator 64.49 0 $0.00 larad Collins Laborer 4 34.98 159.92 $159.92 TOTAL LABOR $417.88 Contractor Reg Reg Standby Standby Equipment Description Equipment Subtotals ui en # Hours Rate H u Rate Cat 420 E Loader Backhoe 4 4 34.65 $138.60 1/2 TN PLI 10.74 5.4 $0.00 1/2 TN PLI 10.79 5.4 $0.00 Hand Tools 4 15 $60.00 TOTAL EQUIPMENT $198.60 Materials/Service Amount Export 'lrt' $108.00 Met CSTC $191.25 `= 60 Sd%O#VtC $475.20 SUBTOTAL MATERIAL $774.45 USE TAX ON MATERIAL $73.57 TOTAL MATERIAL $$48.02 Summary Subtotals OH&Profit% OH&Profit Totals Labor $417.88 29% $121.19 $539.07 Equipment $198.60 21% $41.71 $240.31 Materials/Services $848.02 21% $178.08 $1.026.11 City,of Renton Rep Date FA.Total $1,805.48 Sub mark-up% Contractor Rep Date Sues mark-up total F.A.GRAND TOTAL $1,805.48 Remarks: 1 TEA 4431x9 t YR1RiJ�E S0. I1H00 SIDE ADOV 1 ss;;. ca I r f I Irz tz If r t � —11.10 o �� t ! t r r ! ! I t if , I r �+ I I t�Y t��t. �)✓ � � �� i i�1 t t i r I R t f- i � I i i t z� I t t w�aaa�su Im+w(SEE am M* mufai 1E xm moo (SEE morr) 1 Q r Q r a so r �( 1 Ste•►' +� j3jUTH Y ? �.! �i�� •� a � � r � �rf�11� it � 3� � m �� a � ��� � � G �e � ye •�bLyYsry � ��., CITY OF RENTON NOV 2 9 2010 C.O:a4 RECEIVED CITY of RENTON Page 1 of 5 CITY CLERK'S OFFICE Public Works Department (Pages 2-5 are backup) CONTRACT CHANGE ORDER AGREEMENT +,fiii mio CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Connector CAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.4 SUMMARY OF PROPOSED CHANGE: Reason/Justification: Plus include installation of a new TYPE III Electrical Service for the new illumination and irrigation systems included in the contract.The new service cabinet*0 be located near in an existing service cabinet for the Logan/4th Street intersection signal Existing service cabinet was to remain in place and not be replaced.However,it is in deteriorated condition and will have to be replaced soon.it is cost-effective to remove the existing service cabinet now and relocate all of the circuits to the new service cabinet. Contract Change:Remove the existing service cabinet for the Logant4th Street intersection signal,at approximately Sta 127+84 Rt.,and relocate all of the circuits to the new TYPE III Electrical Service for the new illumination and irrigation systems to be provided.On Drawing CH-01 at this location add note'REMOVE THE EXISTING SERVICE CABINET,INCLUDING FOUNDATION,FOR THE LOGAW4TH STREET INTERSECTION SIGNAL AND RELOCATE ALL OF THE CIRCUITS TO THE NEW TYPE III ELECTRICAL SERVICE".In addition,one working day will be added to the contract,for a total of 104 working days. It is currently anticipated that the switchover of electrical service from the existing cabinet to the new cabinet can be accommodated with not impact to signal operations.Because of this,this change order does not include any consideration for traffic control efforts,including the use of uniformed officers. Add the follow ng bid items: Item Approx Units Description Unit Price Amount No, Quantity 85 NEW 1I LS lRemove ex.svc.cabinet,relocate circuits to new svc.ca $4,134.33 1$ 4,134.33 Total this Change Order. $ 4,134.33 Working Days: one working day added for a total of 104 working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction Involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $892,285.82 $4,134.33 ;898,420.15 SIGNATURES: Contractor. ° Date: .g Project Manager; Y. Date ! 7 f r A t3 roved : Dates 11 (Transportation Design Supervisor) Electrical Service Cabinet 0,4 , �S City of ftntin i=L0GAFl A%kENUiv Project Name; Logan Ave Date Work Performed: location; Date Work Accepted Contractor: EnD General Construction,Inc. Project#: Subcontractor: Item# Destrlptlpn of Work: Group#: Prime Electric Service Cabinet Changes per City of Renton Estimate# Calculated By: Checked By: Reg Reg Reg OT OT," OT Employee Name Labor Classification Labor Rate Total Hours Rite Total Labor Subtotals Erik Sanders Operator 64.49 0 so 0D Marion Sterrihagen Operator 64.49 0 $0.00 Ryan Berndt Laborer 46.77 01 50 00 C P TOTAL LABOR 50 00 P P Contractor Re!g 'Reg Standby Standby' Equitent Subtotals Equipment scription E ui me n t# Hours Rate, Hours Rate ,at420°E Loader RackhoP 34.65 50.00 1/2 IN PU 10-79 5.4 $0.00 1/2 IN PU 10.79 5.4 50.00 r Hand Tools 15 S0.00 es TOTAL EQUIPMENT $0.00 Marl f r lnvoi �� Amount ` a.. SUBTOTAL MATERIAL $3.691:37 USE TAX ON MA rEPIAL TOTAL MATERIAL 53,591.37 Summary Subtotals ;{7M kt X OH&Prr - Totals Labor S0,00 29ro $000 50.00 Equipment 50.00 21% 50.00 i 50.00 Materials/Services 21% 50.00 SO.00 fry of Renton Rep Date F.A.Total 50.00 Sub mark-up 12%, 5442,96 r of ep Date / Sub mark up total IoM U GRANA TOTAL S4,134.39C Remarks'. r � lRaw ow, t dka•! °' UNC— Now IMM, MWO NOW J" OWN / y aY" A� - � 3 v MMPAI' ' 1A : I . L II MWO Mwi NNW mm WIN I MUMa,.►.� .SII is L txnr.,.l vc AY S r ? WUp T ITFM DESCRIPTION: ' JSU�1 URS _ it1 26.00 910N.15%QF LINE#1 390 - 07A1 LABOR HOURS 29.00 MA7ERiAL MANDI E.R'- 0.00!SOURS $31.67 EACH# ym 30 00 ELECT APPRENTICE 1000 HOUNS0 $46.55 EACH - ~ $445.50: ELECTRK.AL JOURNEYMAN 10.00 HOURS $68.45 EACH m "-501 LECTR1CAt FORM/W - 9.90 HOURS Y73.55 H x57281$ 8 E" VM GEN.FORMAN 0.00 URS $81.10 EACH • $000 O TOR 0.00$$OURS i55. 6 EA w YQgO 1 OROUP"MAN v 0.00 HOURS a $53.41 EACH_ $� OVERTIME LABOR 54.00 11 MATERIAL KAMOLER -- 0 00 HOURS $43,65 1 ORO APPRENT;C2; 0 00 HOURS @ $6$.76N • 50.00 ^3 LA JOURNEYMAN 0.00 HOURS $6651 FA N• Sa.00 F 141 LABOR OT FORBILAN 0.00 HOURS $134.32 EEACH . $0.010 1 TOEtERAI FORMAN 0.00 HOURS 109.91 H* 0.00, 1 MA %6M3LERUT 0.00 HOURS $55,63 $000 1 AmkamcE 00hOUK3 579:47 EACH. q0 1 TJOURNEYd4AN 0.00 HOURS $103, H> II $0.00 11 0 00 HOURS511211 _ $0.00 °! 2011ABORSOT GENERAL FORMAN - - 0,00 HOURS6, EACH50.00 TAL LABOR HOURS/COST 29.90 LABOR TOTAL L1,{94.15 $425:710 23 MA ERIALS SALES TAX OFLOW01 YOOC 2. P7RENT RENTAL $0.00 $0.00- 3 T S S INCIDENTAL MATERIALS 2-50% of fns 97 $4720 2 D SUBMITTA[COSH !01.00 $ EPA 2.SO% dna AT $4720 LIABKITI'/INSURANCE 0.001,4 bta4AdedAle f W hear $DAO TRAVEL NSE 50.00 z 31 E INfi lliW'TING,&REPRODUCTION -- $0.00 4�N7 MKS olSwttY Fee � $0-00 ICMYAL PRO=TMANAGEMENT TSME +.00 tt3 $05,C0 $65.00 34 _ 50.00 0.00. x.00 377dTOTA1 A53SS LAB 9� 7.56 36MATER44 21.00%f 1 540.25 IEWPMEMYI 11,00%1 1 slotol t SOWTtMFOR AWKWu OR CHANGE oR*R Bat}t Ax 0.000'4r SO.O/J TOTAL FOR THIS OUDGET ITEM: S3.6".77 A W 7ATIQli iS YOID AND SUBJECT TO REWSION AFTER 1 90 lws A CONTRACT TMW EXTENSKM10F doyw IDAY"SWALL REQUIRED. Y-7 Donw - � __ O7bPRQ1ECf YOR Ge.,G,4,tjV11F Al Sr,2 CITY OF REN'TON PUBJ,,.1C WORKS At/ SIRVICE CABLYL'T POR STREET Lt=ING CONTl%0L k TRAMC SJGKAL COMrONva SCHEDULE V MMERBA L100AMP.4 JAW,SAF£NSOWT,AW#1MR,S"JAW ggmPosrmN (CCI MACTOR TO VERIFY WITH SERVING UTILITY) V PANELBOARD:120/I40 VAC.100 AMP,I PHASE,3 WIRE,CAPPER BL3 WESTINGHOUSE BAB SOLT-ON BREAKER 1•IOOI2 MA.'N 2.M ILLUMINATION BRANCH 2•ISr2 ILLUNGNATION BRANCH 1.441 SIC KAL.BRANCH- 2-2W I IRRJGATIVN BRANCH I-1511 CONTROL CKT BRANCH . 1-2&1 GROUND FAULT RECEPTACLE BRANCH V CONTACTORLIGHTNGRATED.70AMP,4POIA120VAC COIL SQDIt410DPA34VO2UI,2RPq'D 4� TERWIiAL BLOCK TO REMOTE PLUTO E2ECTRIC CELL O MfOTO-CELL BYPASS SWITCH,SM.13 AMP,277 VAC 6� GROUND FAULT RECEPTACLE;120 VAC,DUPLEX,20 A CABINET NEIdA 3R PAD1.tC Wr.IV INCH TYPE 5052.1{n ALUMINUM CONSTRUCTION 2SCREENED AND GASKETED VEN13 DOORS•HEAVY DUTY CONGEALED NLNCIES(LIFT-OFF TYPE) STAINLM S TIM VAULT HARD!%tA>X OCKABLE METER DOOR BEST CX LOCK Oh DISTRIBUMM D6(* k POGSHED WIRE GLASS WINDOW IN FRETEK DOOR CIASED CEL.NSCPRIDNt CL SKET.CARD HOLDER %4 I 14 j. I aO t0rlBl—AA,,5rlc" is �PC HCOtTtO >+- t•. '• .y tr. .� z� - is— rl METERING SECTION CLEARANCES Cr7Y OF RENTON,LIGAN AVENORIN EQMMENT PER PSE 3 EVSERC GRAYBAR ELECTRIC#4701208950 PRIME ELECTRIC UL LISTED PER ST&NDARD#501 SERVICE CABINET SERIES 47700-R2 SWIA9IF FOR VSK AS sex.)ce FNmma egxPmwY 10.6-10 M.E.xII.L 5.0,062314 uvowto-»)o SKYLINE ELECTRIC &MFG. COMPANY iNCOA PO.At EO S.�kt+besrA M4W PwW�nY"-Fonrinp..YIYd4.x pwwwords M+mi�LW Ce�Wd PwMs . S"CSOraft 361L17TH AVCHUE SOUTH UL AsglsWal SEATT(#-WASTNNGTON 90134 Tftjp 10N5 tlM 60-.12 FAX=5)002-M? `1 tirf C.O.#5 CITY OF RENTON Page 1 of 1 Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Connector CAG-10-067 Project CITY OF RENTON CONTRACTOR: EnD General Construction, Inc. j OEC y 5 2010 10 CHANGE ORDER: No.5 OEC SUMMARY OF PROPOSED CHANGE: CITY CLER CI S OFFICE Reason/Justification: The Renton School District(RSD)requested that 6-inch diameter irrigation sleeves as noted on the attached sketch be installed in order to facilitate future RSD work in the on-site planter beds,and agreed to reimburse the City for the cost of the change. Contract Change: Provide 6-inch diameter irrigation sleeves,from approximately Sta 124+15 Lt.to approximately 124+75 Lt.(under driveway) and from approximately Sta 134+80 Lt.to approximately 135+45 Lt.(under driveway)as noted on the attached sketch. Add the following bid items: Item Approx Units Description Unit Price Amount No. Quanti 86 N 1 LS Provide two 2 additional 62"dia.irrigation sleeves $ 4,316.82 $ 4,316.82 Total this Change Order: $ 4,316.82 Working Days: Two(2)additional working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE — $ 878,600.36 $896,420.16 $ 4,316.82 $ 900,736.97 SIGNATURES: Contractor: z Y Date: Project Manager: (/�l / l I '�/ j� Date Approved By: '�' - Date: i' (Transportation Design Supervisor) err✓ ry LL 2 g U! CL e E3a �3 . ul cn W$ _,rnIln: nVlr k fle p l m� g��` a ; a E 9 ` a I n w 9 1 � � J r F -fin. bass�tt`i SITE PIAN NATES r I THIS OVERALL SITE PLAN S PREPARED BY THE ARCHITECT AND DOES NOT INCLUDE ALL ry�J�i}p�+yl� WORK IN THIS AREA LIMITED C F F` _ SITE-RELATED INFORMATION APPUCABL.E TO THE PROJECT.REFER TO COVER SHEET 8rchitects 7G REPLACEMENT FENCING 7 1 OR ADOTTIONALSITE PLANS PREPARED BY THE ARCHITECT.CIVIL ENGINEER, jAND:Cn,ARCHITECT.AMI)ELECTRICAL ENGINEER ORNAMENTAL FCNCIM. ; { r hEFER OSURVEY(TOPO SERIES SHEETS)FOR EASEMENT LOCATIONS. SEE LANDSCAPE 1 tV REFER TO"TECHNICAL INFORMATION REPORT'DATED dfldt2 10.UNDER SEPARATE - COYER.FOR STORMDRAIAGEINFORMATIONANDCALCULAT64s, 71 Columbia Street,Suite 500 ` I G PIANS .. eattle,Washington 98104 4 REFER TO LANDSCAPE FOR GRADING AND PLANTING 6 XIS, CONDITION OF LOGAN AVEAYE N BASED UPON DOCUMENTS FUR THE LAKE ' }} WASHINGTON TRAIL CONNECTOR PROJECT TO BE COMPLETED PRIOR TD T(206)340 9500 F( 7 )340 9519 CONSTRUCTION OF THIS PROJECT, LINE DENOTES SCOPE OF WORK LINT?PROJECT AREA,'f(P. `.! z '� N �r�� CIVIL ENGINEER -•— } �.. Coughlin Porter LUrldeen 413 Pine sl.e Sul.300 ' r S..17r,WA 98101 TROB)343"W F120613435MI LANDSCAPE ARCHITECT .SiteftrkshGp 1927 P.A AI.Y {/ " 5.aIb,WA 98101 P(205)285 3026 F(186)286 3619 Pe STRUCTURAL ENGINEER .ILS wPorter Lundeen -13 f JJ ,' r 1 PRQJECTDATA Sewa.WA95101 T(2%)343 0460 F(206)34)6881 405 LOW N AVEERLA1 STADAM REN LOGAN AVN MECHANICAL ENGINEER r - RENTON,WA 98855 Woolf HarNoW,Inc- �1 30M 112th Ar.NE:,Swt.100 RENTOR SCHOOL.DISTRICT t 4t77 �� WA DSO(W 1812 SOUTH t24TH STREET T( 822999{425)8224378 t , SEATTLE.WA 801741 j 1 4252041M03 //( ELECTRICAL ENGINEER OWNEnREPRESENTATIYE: Travis FibunauriceBAssociates f I GREENE-GASAWXY ARCHITECTS F120OW4.Uke MwTvs N Sw%610 70,1 1. .O,Box 4156 FEDERAL WAY,WA UN34158 5.0Ma,WA"109 (/ 131.841.4977 11206)285 7228 F ONUS)205 7294 r t OUSTING FIRE k 1 " } A HtrE T: B,k33tTT1ARCMRECT8 HYDRANT '/ ij` tY 71 COLUMBIA STREET.SUITE 680 l 77f SEATTLE WA M104 206340.9500 0' �2'0' 44" BIT `� j{7' ,( y JUR1S41C7KON: CITY OF RENTOR ■ _� Eft CITY OF RENTOR FORE DEPARTMENT III J„� I l j WAT.fiiS,AND-5kWER CITY OF RENTON PUKE A7NO ENERGY COMCIIIST Mt SC.9eEOFIVORIS TiB1KZgT'E DEMOLITION OF READEABOARO.NORTH STORAGE SHED,NORTH TICKET BOOTH.ANDN1 ' NORTHCONCESSICTNWILDI G. SELECTIVE OEMOLT(ON AND RENOVATION OF SOUTH GRANDSTAND,SOUTH TICKET i BOOTHS.AND NORTH GRANDSTANDCONS'MUCTK)N OF MONUMENT SIGN NORTH BUIL DING,AND NORTH VIEWING AREA(BIDALTERNATEY. E TI'S f --- pROIECT AREA z164,3143.F.OR.3.77 ACRES N 4TH ST 0:114828,845 SF.OR 14.0 ACRES � h Anw PARCEL 072305403•0e 1 17 f7 NORTH PARKING PARCEL 072305.908600 r 111 � LESaAA DESCRIPTION( Gr4lPMIC SUP-VEY': BEE TOPQ THA!PORTION OF INC SOUTHEAST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 7. f t i TOW SHIP 23 NORTH,RANGES AST,W.M,INKING C"TY,WASHINGTON AND OF GOVERNMENT LOT I SECTION rd,TOWNSHIP 23 NORTH,RANGE 6 FAST.W,M..IN KING COUNTY,WASHINGTON, L YING EASTERLY OF THE COMMERCIAL WATERWAY DISTRICT NO,2 RICHT-OF-WAY ANO Y WESTERLY OF LOGAN AVENUE NORTH(LOOAN STREET/WILLIAMS STREET)AS CONVEYEO To THE E%KTING STREET STATE OF WASHINGTON BY DEED RECORDED UNDER RECORDING NUMBER 7261291 AND ik STANOARTJ, SOUTHERLY OF THE FOLLOWING DESCRIBED LINE', 1 TY P �7 BEGINNING AT THE SOUTH MARGIN OF d'THAVENUE NORTH(YESLER STREET)AND THE WEST J MARGIN OF LOGAN AVENUE NORTH, TWACE SOUTH 0'25'4!'WEST 574,15 FEET TO A POINT OF CURVATURE OF A CURVE TO THE r 1 RIGHT WITH RADIUS OF t71000 FEET: 1: ✓” /' THENCE.SOUTHWESTERLY ALONG SAID CURVE AND BAK)WEST MARGIN 279 N FEET TO THE G 1 TRUE POINT OF BEGINNING OF SAID LINE, THENCE NORTH SW 59 58'WEST TO THE COMMERCIAL WATERWAY DISTRICT NO.1 RIGHT.OP- /q WAY k L1.1GHF INUUSIRI L) 7 1 PbU+POSED liSE SPORTS ARENA i ! BUILDING CODE:INTERNATIONAL.BUILDING CODE fW)20W EDITION, J WASHINGTON STATE AMMENOMENTS,WAG 51.50(771726XO7I f� 1g ty-P; GROUPS A•s d Aa.MIXED ,t TYPE Of CONSTRUCTION: TYPE Y-B.SPRfNKLERED AS REWIRED AQUIFER PROTECTION AREA NO E 4 0PORTION OF THIS PROPERTY IS WITHIN ANY CRY OF RENTON AQUIFER PROTCCTKON KINE 1 REFER TO"DESIGN LOAD14GCRRERNX NOTES ON STRUCTURAL DRAWING 41,01 FOA SEISMIC ZONE DESIGNATION AND FLOOR,ROOF,AND WINDS LOADS, 4'RE PARKI#i COUNTS; S S+ttNG SoUARE FOOTAGE$OCCyP Y I LADING NOtE: ,t REFER To SHEEY G0.T4 POP)AREA UP EACH SUR DING,OCCUPANCY LOAD,AND ADDITIONAL ' ANDARD� AC.C;E;rv7IBLE I SUIONG CODE CONFORMANCE INFORMATION, Ai9'AYG) ',CGMPACT,(t2.d tSS 9'11 TO rAL EXISTING SW a 12~ 802-�' �-SITE COVERAQ£ r. PROPOSEO:Nw jC 12 SOUTHGFQNDSTAND 337% REVISIONS ...._____:,......._........................._.,_.._.._ .......__..._ ..__...._.._._. SOUTH TICKET BOOTH. 0.16% _ _. NORTH GRANDSTAND'NORTH BUILDING: 1.86% f NORTH AEW04G AREA: 0132% PARKING LUt..AI7sCAP/tN[;; TOTAL LOT COVERAGE: <0.00% SITCRIOR -yPERMETEI't TOTAL. f EXIST04G� 8965SF TIT,Ix SF (N70885F t REOUMI) 3664SF DYES 206W SF PERIMETER I /y PRDW3ED 8,965 Sf ?20 hJ!i SF 234�$5 SF COSI' PROPOSAL - Irrigation Sleeve f Project Name: Logan Ave Date Work Performed: Location: Date Work Accepted: Contractor: EnD General Construction, Inc. Project#: Subcontractor: Item#: Description of Work: Group#: Irrigation Sleeve Estimate# Calculated By: Checked By: � A s Erik Sanders Operator 10 64.49 644.9 $644.90 Marlon Stemhagen Operator 10 64.49 644.9 $644.90 Jarad Collins Laborer 39.98 0 $0.00 TOTAL LABOR $1,289.80 sm" . Cat 420 E Loader Backhoe 10 34.65 $346.50 1/2 TN PU 10.79 5.4 $0.00 1/2 TN PLI 10.79 5.4 $0.00 Hand Tools 101 15 $150.00 TOTAL EQUIPMENT $496.50 z, SUBTOTAL MATERIAL $1,548.90 USE TAX ON MATERIAL $147.15 TOTAL MATERIAL 0041 WNv Labor $1,289.80 29% $374.04 $1,663.84 Equipment $496.50 21% $104.27 $600.77 Materials/Services $1,696.05 21% $356.17 $2,052.22 City of Renton Rep Date F.A.Total $4,316.82 Sub mark-up Contractor Rep Date Sub mark-up total Remarks: C.O.#6 CITY OF RENTON Page 1 of 2 Public Works Department (Pages 2 is backup) CONTRACT CHANGE ORDER AGREEMENT ov05112010 CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Connector CAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.6 SUMMARY OF PROPOSED CHANGE: Reason/Justification: Plans call for the use of Bid Item 21, Crushed Surfacing Top Course(CSTC), under the resurfaced roadway and curb&gutter section.It has been determined that the existing material meets the spec for CSTC.As a result,the existing material can be excavated,processed and put back in place as compatible with the CSTC spec.This will result in a net savings to the project. Contract Change:The roadway sections included in the plans include removal of existing subgrade material beneath the roadway and curb&gutter section,and placement of CSTC(Bid Item 21).The exisitng material is to be processed and put back in place to a level within 0.25 feet of the planned elevation.Imported CSTC will be used for the top 0.25 feet of subgrade.All matrial will meet the specifications for CSTC.A new bid item is added to the contract to pay a lump sum amount to the contractor for processing the exisiting material. Add the follow Ing bid items: Item Appfox No. Quant'ntlt Units Description Unit PriceT Amount 21 •345 Tons Crushed surfacing Top Course $19.36 $6,679.20 87 NEW 1 LS Processing Existing Material as CSTC $3,963.87 $ 3,963.87 Total this Change Order: $ (2,715.33) Working Days: No working days added All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $900,736.97 -$2,715.33 $898,021.64 SIGNATURES L Contractor: • DaleAV Project Manager: l Nom+ (T Date q 1. ccJ Approved By: Date: C l (Transportation Design Supervisor) Logan Ave N St 2 Lake Washington Trail Change Order No. 6 City of Renton CAG 10-067 Page 2/2 12/14/2010 Original Contract Calculations for CSTC under Roadway and Curb & Gutter 2230 LF x 4' Wide x.83 Deep/27 x 1.8 = 493.6 Tons Change to Contract Caculations for CSTC under Roadway and Curb and Gutter 2230 LF x 4' Wide x .25 Deep/27 x 1.8 = 148.6 Tons QTY Change = -345 Tons Unit Cost= $19.36 per Ton Cost Chante : ($6,679.20) Orizinal Contract Production Rates: Operator 15.42 TONS per Hour Laborer 30.85 TONS per Hour Roller 30.85 TONS per Hour Backhoe 20.56 TONS per Hour Labor to process existing material: Hours Rate Hr Cost Operator 22.3 83.19 $1,855.14 Laborer 11.2 60.33 $675.70 Roller 11.2 62.4 $698.88 Backhoe 16.8 43.7 $734.16 Total Labor Cost Added (new lump sum bid item): $3,963.87 NET CHANGE ORDER COST= ($6,679.20) + $3,963.87 = ($2,715.33) C.O.#7 CITY OF RENTON Page 1 of 2 Public Works Department (Page 2 is backup) CONTRACT CHANGE ORDER AGREEMENT OVO 2011 CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake ConnectorCAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.7 SUMMARY OF PROPOSED CHANGE: Reason/Justiflcation:The contract plans call for removal of ACP along the west edge of Logan Ave,Bid Item 8 Is set up to be paid on a per square yard unit price basis.It was conveyed to potentilal bidders during pre-bid that the thickness of the ACP was 6 inches.In reality it was 9 inches.Because of this the unit price is increased by 50%. Contract Change:This change adds a new lump sum bid Rem to account for the extra thickness of ACP that was removed.The lump sum price is equivalent to 50%of the total cost fro ACP removal within the actual roadway limits. Add the following bid items: Item Approx Units Description Unit Price Amount No. Quantity New 88 1 LS Asphalt Concrete Removal Adjustment $7,207.38 $7,207.38 Total this Change Order: $ 7,207.38 Working Days: No working days added by this change order 106 total working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACI ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $898,021.64 $7,207.38 $905,229.02 SIGNATURES: Contractor: Date: r Project Manager: / Date 2,741,111 r , Approved B 111; 01/,-Z Date: 2 f7 f (Transportation Design Supervisor) Logan Ave N St 2 Change Order 7 Page 2/2 CAG 10-067 BI 88 Asphalt Concrete Pavement Removal Date Qty(sy) Wway Qty 11/29/10 1273.3 11/30/10 357.4 *12/01/2010 1092.0 12/03/10 63.3 63.3 12/14/10 129.9 63.3 12/15/10 111.1 111.1 12/16/10 138.8 138.8 12/17/10 90.0 12/21/10 86.6 Sum= 3342.4 376.5 (Total qty per FNR)(Plan qty =3362)) Rdwy removal qty=3342.4-376.5= 2965.9 Adj of 0.50= (2965.9 x 0.5)= 1483 Cost Inc New BI= 1483 x$4.86=$7,207.38 C.O.#8 CITY OF RENTON Page 1 of 5 Public Works Department (Pages 2-4 are backup) CONTRACT CHANGE ORDER AGREEMENT OZS4rz011 CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake ConnectorCAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.8 SUMMARY OF PROPOSED CHANGE: Reason/Justification:The contract plans call for installation of a new electrical service to supply power to the new illumination and irrigation systems that are included In the project.This new service was intended to reside alongside an exisitng service and power for the new service would be provided from the old service.Change Order No.4 was developed to remove the old service cabinet and transfer the circuits to the new service cabinet.As a result,and after discussions with Puget Sound Energy,it was determined that the city needs to bring conduit and conducors to the vicinity of the nearby pole for the service drop,which will be completed by PSE. Contract Change:This change order adds underground conduit and conductors between the new service cabinet and the power pole providing the service drop.This change will include a junction box at the base of the power pole to receive the new conduit and cionductors.One contract day is added for this work Add the following bid items: Item Approx Units Description Unit Price Amount No. Quantity (new)89 1 LS Service Connection $5,245.65 $5,245.65 Total this Change Order: S 5,245.65 Working Days: One working day added by this change order 107 total working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACI ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $905,229.02 $5,245.65 $910,474.67 SIGNATURES: Contractor: Date: a 01Project Man i v / Date Approved By: ` Date: (Transportation Design Supervisor) Additional Cost for PSE Sr --lice L - +,m Ave As �- City of Renton-LOGAN AVENUE CHANGE ORDER#7 pole- Project Name: Logan Ave Date Work Performed: Location: South End of Trail Date Work Accepted: Contractor: EnD General Construction,Inc. Project#: subcontractor: D.R.Strong and Delmar Item#: Description of Work: Group#• Estimate# Calculated By: Checked By: Employee Name Labor Classification Reg Reg Reg OT OT OT p Hrs Rate Total Hours Rate Total Labor Subtotals Erik Sanders Operator 1 64.49 64.491 $64.49 Marlon Stemhagen Operator 1 64.49 64.491 $64.49 larad Collins Laborer 39.98 0 $0,00 TOTAL LABOR $128.98 Equipment Descri tion Contractor Reg Reg Standby Standby p E i ment# Hours Rat Hours RateEquipment Subtotals :at 420 E Loader Backhoe 01 34.65 $0.00 2007 Cat 315 C L,diesel 11 66.98 33.491 $66.98 1/2 TN PU 10.79 5.4 $0.00 1/2 TN PU 10.79 5.4 $0.00 -land Tools 15 $0.00 TOTAL EQUIPMENT $66.98 Materials/Service Amount Prime Elect* $x,686.76 Export Dirt $130.00 _STC $192.00 SUBTOTAL MATERIAL $322.00 USE TAX ON MATERIAL $30.59 TOTAL MATERIAL $352.59 Summary Subtotals OH&Profit% OH&Profit Totals Labor $128.98 29% 1 $37.40 $166.38 Equipment $66.98 21% $14.07 $81.05 Materials/Services $352.59 21% 1 $74.04 $426.63 City of Renton Rep Date F.A.Total $674.06 Sub mark-up 12% $442.41 Contractor Rep Date Sub mark-up total $4,129.17 F.A.GRAND TOTAL $5,245.65 Remarks: a4tiN AVIS �t•St z. "tom 3I PRIME ELECTRIC PROPOSAL JOB: Logan AVE Date: 12115/2010 WORK: Light Poles Changes 113-PVC Quantity 50 $0.85 FT $42.50 0.045 FT 2.25 213"PVC 90's 1 $4.50 E $4.50 0.05 E 0.05 3 3"PVC Couplings 1 0.75E 0.75 0.05 E 0.05 4 3"PVC Bell Ends 2 $1.35 E $2.70 0.05 E 0.10 3 Trench and Backfill 50 $1.00 FT $50.00 0.1 FT 5.00 4 Excavation for New 30"x30"x24"PSE HH 1 $50.00 FT $50.00 10 FT 10.00 5 Gravel 1 $75.00 JYD $75.00 1 YD 1.00 61#2 THHN Service Wire 300 $1.15 JE $345.00 0.015E 4.50 7 $0.00 JE $0.00 0 E 0.00 8 $0.00E .00 0 E 0.00 9 $0.00 E $0.00 0 E 0.00 10 $0.00 E $0.00 0 E 0.00 11 $0.00 E $0 $0.00 0 E 0.00 12 12 $0.00 E .00 0 E 0.00 13 $0.00 E $0.00 0 E 0.00 14 $0.00 JE $0.00 0 E 0.00 15 $0.00 JE $0.00 0 E 0.00 16 $0.00 JE $0.001 E 0.00 17 $0.00 E $0.001 E 0.00 18 $0.00 JE $0.00 E 0.00 19 $0.00 E $0.00 E 0.00 20 $0.00 E $0.00 E 0.00 21 $0.00 E $0.00 E 0.00 22 $0.00 E $0.00 E 0.00 23 TOTALS $57 .451 22.95 !-MME TRUCK F40 22.95 $18.50 RR $424.58 SERVICE TRUCK P-250 $12.50 $0.00 TEC MGM $45.00 $0.00 BUCKET TRUCK $48.40 60.00 WBUCKET TRUCK $59.40 60.00 aACKIaE 640.18 $0.00 1�Mai EXGIVATOR $35.50 $0.00 corsaOR1 $15.50 $0.001 12 YARD DUMP TRUCK $0.00 Mal $0.00 T 0 $165.00 DA $0.00 TrsvnNw 0 $35.00 DA $0.00 $0.00 $0.00 TOTAL $424.58 rTr 1 01 1 JOB NAME AVE 1PRIME JOB NO: 1 1310-553 L04ANAvE A] s�2 PC-V,L PRIME TRACKING NO: 3 BUDGET ITEM DESCRIPTION: Pse Service Changes 1 R 4 22.95 2 SUPERVISION,15%OF LINE#1 3.44 3 TOTAL LABOR HOURS 26.39 4 MATERIAL HANDLER 0.00 HOURS 90 $31.67 EACH = $0.00 5 ELECTRICAL!APPRENTICE 0.00 HOURS 0 $49.35 EACH = $0.00 6 ELECTRICAL JOURNEYMAN 0.00 HOURS(M $75.22 EACH = $0.00 7 ELECTRICAL FORMAN 13.00 HOURS $77.96 EACH = $1,013.48 8 ELECTRICAL GEN.FORMAN 0.00 HOURS 9b $83.68 EACH = $0.00 9 OPERATOR 13.50 HOURS C $58.58 EACH = $790.83 10 GROUNDSMAN 0.00 HOURS 0 $56.62 EACH = $0.00 OVERTIME LABOR $0.00 11 MATERIAL HANDLER 0.00 HOURS @ $43.65 $0.00 12 LABOR OT APPRENTICE 0.00 HOURS C $62.76 EACH = $0.00 13 LABOR OT JOURNEYMAN 0.00 HOURS 0 $88.51 EACH $0.00 14 LABOR OT FORMAN 0.00 HOURS $134.32 EACH = $0.00 15 LABOR OT GENERAL FORMAN 0.00 HOURS $109.91 EACH = $0.00 16 MATERIAL HANDLER DT 0.00 HOURS @ $55.63 $0.00 17 LABOR DT APPRENTICE 0.00 HOURS C $79.47 EACH = $0.00 18 LABOR DT JOURNEYMAN 0.00 HOURS C $103.22 EACH = $0.00 19 LABOR OT FORMAN 0.00 HOURS @ $112.13 EACH = $0.00 20 LABOR DT GENERAL FORMAN 0.00 HOURS 0 $121.04 EACH = $0.00 0 21 TOTAL LABOR HOURS/COST 26.50 LABOR TOTAL: $1,804.31 22 MATERIAL COST:1 $570.45 EQUIPMENT SUBTOTAL $424.58 23 MATERIALS SALES TAX OF LINE#1 $0.00 24 EQUIPMENT RENTAL 1 $0,00 251 FREIGHT ALLOWANCE 1 $0.00 26 SMALL TOOLS&INCIDENTAL MATERIALS 2.50% of line 97 $45.11 27 AS BUILTS AND SUBMITTAL COST $0.00 28 EEO,WISHA,EPA 2.50% of line 97 $45.11 29 GENERAL LIABILITY INSURANCE 0.00% Included in cost of labor $0.00 30 ADMIN.TRAVEL EXPENSE $0.00 31 ENGINEERING,DRAFTING,&REPRODUCTION $0.00 32 ADJUSTMENT TO PERMIT FEE As per C' of Seattle Fee Schedule $0.00 33 ADDITIONAL PROJECT MANAGEMENT TIME 1.00 _HOURSQ $65.00 $65.00 34 BOND PREMIUM $0.00 35 VEHICLE 0.00 HOURS $3.10 $0.00 UST : $2,954.55 LABOR 29.00% $523.25 36 MATERIAL 21.00% $119.79 37 EQUIPMENI 21.00% $89.16 38 SIGNATURE FOR APPROVAL OF CHANGE ORDER B&O TAX 0.000% $0.00 39 x TOTAL FOR THIS BUDGET ITEM: $3,688.76 A. THIS QUOTATION IS VOID AND SUBJECT TO REVISION AFTER 30 JDAYS B. A CONTRACT TIME EXTENSION OF DAYS WILL BE REQUIRED. BY:Tyler ESTIMATOR/PROJECT MGR 11- l rel TL fi{ e 6 i t IF1 i li I I ie► e1' iig iii l ! ilii 6E 'Is i 01 1 ji I' fill, r4g 1 ku fill uj -w 1 L Ka 1 11 1 � Lu —_ C.O.a9 /,dld CITY OF RENTON Page 1 of 2W/2— (Pages Public Works Department 2-23 is backup) CONTRACT CHANGE ORDER AGREEMENT tvtano�o CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake ConnectorCAG-10-067 Project CONTRACTOR: EnD General Construction,Inc. CHANGE ORDER: No.9 SUMMARY OF PROPOSED CHANGE: Reason/Justification: Two electrical-related changes are included in this change order:The City has developed design standards for the illumination of pedestrian facilities and a change in the specifications for this project is required to meet these standards:1)The Renton School District has requested that repair of a fiber optic conduit that was inadvertently damaged be corrected in this project.RSD will pay for this repair.2)The city of Renton has recently defined illumination standards for this roadway which require revisions to the luminaire poles and fixtures.The changes will be design of the illumination system for this project in line with adjacent sections of Logan. Contract Change:1)The exisitng fiber optic line repair will replace about 100'feet of damaged 2"schedule 40 PCV conduit with new conduit.The new conduit will extend from the jb at the Logan/4th intersection and tie into existing an existing conduit sweep to the south.Native material will be used for bedding and backfill.2)Mounting Height for the roadway and dual function(poles will be 38 ft;ped poles will be constant section(not tapered);Ped luminaire fixtures will be LED with external ballast. Add the following bid items: Item Approx Units No. Quantity No. Unit Price Amount (new)90 1 Lump Sum Fiber Optic Conduit Repair $1,044.19 $1,044.19 new 91 1 ump Sum Luminaire revisions $8,202.62 $8,202.62 Total this Change Order: $9,246.81 Working Days: No working days added by this change order 106 total working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACI ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $910,474.67 $9,246.81 $919,721.48 SIGNATURES: Contractor: Date: Project Manager: 7J / �� ! / � ) Date A roved B : La�'a�-- Date: / (Transportation Design Supervisor) eo5 .COST PROPOSAL - Fiber P(' ' ')way ./rz . City of Renton- LOGAN AVENUE REPORT OF FORCE ACCOUNT WORKED Project Name: Logan Ave Date Work Performed: Location: Date Work Accepted: Contractor. EnD General Construction, Inc. Project#: Subcontractor: Item#: Description of Work: Group#: Cost Proposal for re-establishing fiber pathway between existing Estimate#`. Junction box and broken conduit at stadium. Calculated By: Checked By: Employee Name labor Classification Reg Reg Reg OT OT OT Labor Subtotals Hrs Rate Total Hours Rate Total Erik Sanders Operator 4 64.49 257.96 $257.96 Marlon Stemhagen Operator 4 64.49 257.96 $257.96 Jarad Collins laborer 39.98 0 $0.00 TOTAL LABOR I I 1 1 $515.92 Contractor Reg Reg Standby Standby Equipment Description Equipment Subtotals Equipment# Hours Rate Hours Rate Cat 420 E loader Backhoe 4 4 34.65 $138.60 1/2 TN PU 4 10.79 5.4 $43.16 1/2 TN PU 10.79 5.4 $0.00 Hand Tools 4 15 1 $60.00 TOTAL EQUIPMENT $241.76 Materials/Service Amount $65.00 SUBTOTAL MATERIAL $65.00 USE TAX ON MATERIAL $6.18 TOTAL MATERIAL $71.18 Summary; Subtotals OH'&Profit% OH&Profit Totals Labor $515.92 29% $149.62 $665.54 Equipment $241.76 21% $50.77 $292.53 Materials/Services $71.18 21% $14.95 $86.12 City of Renton Rep Date F.A.Total $1,044.19 Sub mark-up% Contractor Rep Date Sub mark-up total F.A.GRAND TOTAL $1,044.19 Remarks: Coq FORCE ACCOUNT #3- Elec-11-rical Light Pole Changes City of Renton- LOGAN AVENUE REPORT OF FORCE ACCOUNT WORKED Project Name: Logan Ave Date Work Performed: Location: Date Work Accepted: Contractor: EnD General Construction, Inc. Project#: Subcontractor: Item#: Description of Work: Group#: Prime Electric-change in light poles Estimate# Calculated.By: Checked By: Employee Name Labor Classification Reg Reg Reg OT OT OT Labor Subtotals Hrs Rate Total Hours Rate Total Erik Sanders Operator 64.49 0 $0.00 Marlon Stemhagen Operator 64.49 0 $0.00 Ryan Berndt Laborer 46.77 0 $0.00 TOTAL LABOR $0.00 Equipment Descri tion Contractor Reg Reg Standby Standby p Equipment# Hours Rate Hours Rate Equipment Subtotals Cat 420 E Loader Backhoe 34.65 $0.00 1/2 TN PU 10.79 5.4 $0.00 1/2 TN PU 10.79 5.4 $0.00 Hand Tools 15 $0.00 TOTAL EQUIPMENT $0.00 Materials/Service Invoice# Amount Prime Electric Proposal $7,323.77 SUBTOTAL MATERIAL $7,323.77 USE TAX ON MATERIAL TOTAL MATERIAL $7,323.77 Summary Subtotals OH&Profit% OH&Profit Totals Labor $0.00 29% $0.00 $0.00 Equipment $0.00 21% $0.00 $0.00 Materials/Services 1 21% $0.00 $0.00 City of Renton Rep Date F.A.Total $0.00 Sub mark-up 12% $878.85 Contractor Rep Date Sub mark-up total F.A.GRAND TOTAL $8,202.62 Remarks: PRIME ELECTRIC PROPOSAL JOB: Logan AVE Date: 10/2112010 WORK: Light Poles Changes LaborItem Material Material Labor Quantity 113ravbw Chari s 1 $4,000.00 E $4,000.001 0 E 0.00 2 Remote Ballasts 40 $2.50 E $100.00 0.51 E 20.00 3 $0.00 E $0.00 0 E 0.00 4 $0.00 E $0.00 0 E 0.00 3 $0.00 E $0.00 0 E 0.00 4 $0.00 FT $0.00 0 E 0.00 5 ' $0.00 E $0.00 01E 0.00 6 $0.00 E $0.00 01E 0.00 $0.00 E $0.00 0 E 0.00 8 . $0.00 E $0.001 01E 0.00 9 $0.00 E $0.00 0.E 0.00. 10 $0.00 E $0.00 0 E 0.00 11 $0.00 E $0"00 0 E 0.00 12 $0.00 E $0.00 0 E 0.00 13 $0.00 E $0.00 0 E . 0.00 14 $0.00 E $0.00 0 E 0.00 15 $0.00 E $0.00 0 E 0.00 18 $0.00 E $0.00 E 0.00 17 $0.00 E $0.00 IE 0.00 18 $0.00 E $0.00 E 0.00 19 $0.00 E . $0.00 E 0.00 20 $0.00 E $0.00 E 0.00 21 $0:00 E $0..00 E 0:00 22 $0.00 E $0.00 E 0.00 1. 23 TOTALS $4,100.00 26.00 Labori Item EQUIPMENT EQUIPMENT Labor EQUIPMENTQuantity SERVICE TRUCK 0-350 20.001 $18.50 1HR $370.00 SERVICE TRUCK F-250: $12.50 "$0.00 ALTEC DIGGER $45.00 $0.00 45'BUCKET TRUCK , $48.40 $0.00 60'BUCKET TRUCK $59.40 $0.00 BACKHOE $40.18 $0.00 135 MINI EXOAVATOR $35.50 $0.00 COMPRESSOR $15.50 $0.00 12 YARD DUMP TRUCK $0.00 MSI MACHINE $0.00 Tugger 0 $165.00 DA $0.00 Traveller 0 $35.00 DA $0.00 $o"oo $0.00 TOTAL $370.00 RIG .0 TO: 0 JOB NAME: PRIME JOB NO: (?09 2 PRIME TRACKING NO: BUDGET ITEM DESCRIPTION: Mercer Street 1 LABOR HOURS Line 40 20.00 2 SUPERVISION,15%OF LINE#1 3.00 3 TOTAL LABOR HOURS 23:00 4MATERIAL HANDLER OAO.HOURS @ $31.67 EACH = $0.00 5 ELECTRICAL)APPRENTICE 10.00 HOURS @ $46.55 EACH. = $465:50 6 ELECTRICAL JOURNEYMAN 10.00 HOURS $69.45 EACH = $694.50 7ELECTRICAL FORMAN 3.00 HOURS @ $73.55 EACH = $220.65 8 ELECTRICAL GEN.FORMAN 0.00 HOURS @ $81.10 EACH =. $0.00 90PERATOR 0.00 HOURS $55.26 EACH = $0.00 10 GROUNDSMAN 0.00 HOURS @ $53.41 EACH = $0.00 OVERTIME LABOR $0.00 1.1 MATERIAL HANDLER. 0.00 HOURS $43.65 $0.00 12 LABOR OT APPRENTICE 0.00 HOURS @. $62.76 EACH = Woo 13 LABOR OT JOURNEYMAN 0.00 HOURS @ $88.51 EACH = $0.00 14 LABOR OT FORMAN 0.00 HOURS @ $134.32 EACH = $0.00 1S LABOR OT GENERAL FORMAN 0.00 HOURS @ $109.91 EACH $0.00 1$MATERIAL HANDLER DT 0.00 HOURS @ $55.63 $0.00 17 LABOR DT APPRENTICE 0.00 HOURS @ $79.47 EACH = $0.00-. 18 LABOR DT JOURNEYMAN 0.00 HOURS $103.22 EACH = $0.00 19 LABOR DT FORMAN 0.00 HOURS @ $112.13 EACH = $0.00 20 LABOR DT GENERAL FORMAN 0.00 HOURS $121.04 EACH = $0.00 p 21 TOTAL LABOR HOURS 1 COST 23.00 LABOR TOTAL: $1,360.65 22. MATERIAL COST: $4,100.00 EQUIPMENT SUBTOTAL $370.00 23.MATERIALS.SALES TAX OF LINE#18 $0:00 24 EQUIPMENT RENTAL $0.00 25 FREIGHT ALLOWANCE $0,00 26 SMALL TOOLS&INCIDENTAL MATERIALS 2.50% - of line 97 $34.52 27 AS BUILTS AND SUBMITTAL COST $0.00 28 EEO,WISHA,EPA 2.50% . of line 97 $34.52 29 GENERAL LIABILITY INSURANCE 0.00% Included in cost of labor $0.00 30 ADMIN.TRAVEL EXPENSE $0.00 31 ENGINEERING,DRAFTING,&REPRODUCTION $0.00 32 ADJUSTMENT TO PERMIT FEE As per City of Seattle Fee Schedule $0.00 33 ADDITIONAL PROJECT MANAGEMENT TIME 1.00 HOURS@ $65.00j $65.00 341 BOND PREMIUM $0.00 35 VEHICLE 0,00 HOURS $3.10 $0.00 SUBTOTAL: $5,984.68 LABOR 29.00% $400.39 36 1 IMATERIAL 21.00% $861.00 37 1 1EQUIPMENT 21.00% $77.70 38 SIGNATURE FOR APPROVAL OF CHANGE ORDER B&O TAX 0.000% $0.00 39 X TOTAL FOR THIS BUDGET ITEM: $7,323.77 A. THIS QUOTATION IS VOID AND SUBJECT TO REVISION AFTER 90 JDAYS B. A CONTRACT TIME EXTENSION OF dar DAYS WILL BE REQUIRED. BY:Tyler Bo r ESTIMATORIPROJECT MGR � z I � EiI ! jj 1 � 1 •jk ( ' k � j � j € IE � iI ! kU, € 4 s Z € 0 p€ 1 kI ; InWP Q WEE € kIEIlEw ak ( i3 € kElik € I � � il N .Y W 0j3fll ! � ii ! ifli � � � � _ •_-! E 1 1 € pi k k 1 ! i i I I s i j i k i 3 € i l l UT o fCL i l e l e- I of °aj i Wl ni 01 Nj k €06€ izjo; �cl IZ. Q Wt e� z �I_ ' � 1 1 1 1 tt 1 I Z I l ax.j €WR'°: ;W t }w[ j X 3 Qf ci €Qi a� I0 L€ j z k a �� 10� j�1 W ffja} �l j O W€ a(pE i=.�i tQ}i; 0€ jW� �' 1Z Z OlkOk W,�j 1W= ,.QE 0 e iLLA zI X zj iWi !I0 U-! Yi a Z Zta j�j s Z j a 1' WiN lCO E3k� oc atQw 1 !oE 1 Q 1 a.t��Q C) mix [a to€�1 IN V€�—'� vLLIE Zk}} ((}(N 1 9JU 10 dc Rol Q 71 a �:p3 1� _; i O 3 lL 1 ;O€ E Xp'J 1 v s€ t�i €�-:'�€ i kZIRI =Mi iY��ia W WILD, En .l ° ' i i 3 i ' i i i 1. ! i �- c Qe {Vji d 1. � }Zk e I € ! : i a k ` w1 i�lj— iQi lalo(( i k Y x10 W �:3313Q: k k Ol F3 Ni�+i {W11 F'N QtJiZ fft(,�I� �i C7 K,Wem M)I 1�jW rS �1z e�i_ a E j i i 3 N G :zjo3—dxj.-1,�133Oi0 �lI` IJ1WiNi i6i ! j € i 1 i e M tie j 1 Uj Z.'r €r3 f~/lk 0 z ORIJIVOjo'?k i € i i k 9 € i 1 S I O Vi 1plytgl. 3v�? E" co o U h 101Z LU z?zev €Q'Nlaj�ia a U)I. 303 j ! l ! kCA ! Z W j W WQ a O W j y j k 1 ! i i k k 1 ` l k € k i i ! { k k ! g l co a LLQ N .j k l 4 l l l ( o N C:) I i F ; € l t I I 1 1 i I E € . d O 0) H? 1 W O 2 z hi 2 Q W ¢ ,_,1 m00j�— W ; j i i l i € O 0 D 0 0 E s € l € k k t- 0 M k j i ! C'D� City of Renton WA 7 (425) 430-7319 (425) 430-7376 fax (206) 818-9357 cell From: James P Wilhoit Sent: Monday, November 22, 2010 10:30 AM To: 'Greg Thomas'; 'darcee sanders'; 'bbracco@primeelectric.com'; 'Tyler Boyer' Cc: David Whitmarsh; Chris Barnes; Thomas Main; Terry Paananen Subject: RE: Lake WA Stage 2 Logan Ave Trail Contract CAG 10-067 Luminaries Good to get that resolved. Since we apparently have a reasonable explanation for increase in cost, we'll go ahead and process change order for it. But it probably won't actually get done till const. mgr. Terry Paananen comes back from vacation after Thanksgiving. Thanks, James P. Wilhoit, PE Project Manager Transportation Design City of Renton WA (425) 430-7319 (425) 430-7376 fax (206) 818-9357 cell From: Greg Thomas fmailto:ereet(@erwlighting.coml Sent: Monday, November 22, 2010 10:15 AM To: James P Wilhoit; darcee sanders; bbracco(@primeelectric.com; Tyler Boyer Cc: David Whitmarsh; Chris Barnes; Thomas Main Subject: RE: Lake WA Stage 2 Logan Ave Trail Contract CAG 10-067 Luminaries 0o mornLof On our biterial we have the following quantities' . 19 --PED e LED fixture DOS series8—Dual fuoles 1 250HPS DMS55 at top of pole and one ped LED light at 14' 5—Street les with 1 250HPS fixture. . Sorry for up on the quantities. Greg Thomas 505 3rd Ave West Seattle WA 98119 Office 206-767-7722 ext 107 Direct Line 206-204-3957 From: James P Wilhoit fmailto:iwilhoit(@Rentonwa.eovl Sent: Friday, November 19, 2010 2:40 PM To: 'darcee sanders'; bbracco(@primeelectric.com; 'Tyler Boyer'; Greg Thomas Cc: David Whitmarsh; Chris Barnes; Thomas Main Subject: Lake WA Stage 2 Logan Ave Trail Contract CAG 10-067 Luminaires Attached is the package of fixture and bracket arm shop drawings that Bob Bracco from PRIME Elec. brought to the Wed. 11/17 const. meeting along with a write-up giving explanation re increases in costs due to changes we made. The quantities appear to match thirteen (13) street lites (HPS) to be mounted at 35' height, eight (8) ped lites (LED) to be mounted at 14' height on 8 of the 13 street lite poles, and eleven (11) LED ped lites to be mounted alone at 14' height on their own 14' high poles. 2 Oct. 13. 2010 11 :49AM 2 r..r* C U L rd s ------- Alum. Pole Cap With S.S. Screws Wire Hole With 1" I.D. Rubber Grommet (Opposite Handhole) Note: 1. Pole Assembly Designed Per AASHTO 2001 Specifications, Excluding Breakaway, For A 90 mph Wind Area When Supporting A Maximum Combined Loading Of 3.6 sq. ft. EPA and 70 lbs. Weight Mounted At Pole Top. O.D. Alum. Tube 16'-0" . 125" Wall Alloy 6063—T6 RAL9005 Block Powder Coat Finish per 73737- 151 7 1/2" to 8" Dia. (4) 3/4"1 DNC Galv. StL Anchor Bolts, Bolt Circle AASHTO M314-90 Grade 55, 10" Of Threaded End Galv. Per ASTM A153 (4) 153.(4) 3/4"10NC Goly. Stl. Hex. Nuts ( 1 (4) 3/4" Galv. Stl. Lockwashers ' (4) 3/4" Galv. Stl. Flatwashers b�-- 2" Ground Lug Opposite Handhole I I ��2" x 4" Unreinforced Handhole 3 1/2'', -. .— — With Cover And SS. Screws. Thread 17. Base Flange (44394) Alloy 356—T6 3 .. f With Bolt Covers And Stainless Steel Screws Note: Do Not Install Poles Without Luminaires NO. REVISIONS DATE TITLE �� 1. Pole Was RTA, .156" Wo!! 1 f/t D 16'-0" PED. LIGHTING POLE hapico SCALE MER DATE NTS 10/29/2010 Abingdon, Va. BY CC M. N0. CHK D SKCC 1 029 1 OA 005' &V�Z Renton Logan Avenue (59551) i iN E N E � Co o � < l✓ 18"0 457mmo C 'aU I �/ Qt 11 Luminalre DOS-60W30LED4K-LE3F-240-COLTX Description of Components: Housing: In a round shape, this housing is made of die cast A380 aluminum, c/w a watertight grommet, mechanically assembled to the bracket with four bolts 5/16-18 UNC. This suspension system permits for a full rotation of the luminaire in 90 degree increments. Light Engine: LifeLEDTM composed of 5 main components:Lens/LED lamp 10 ptical System/Heat Sink/Driver Electrical components are RoHS compliant. Optical system patents pending Lens: Made of soda-lime tempered glass lens, mechanically assembled and sealed onto the lower part of the heat sink. Lamp: (Included), Composed of 30 high performance white LEDs, 60w lamp wattage. Color temperature of 4000 Kelvin nominal, 70 CRI. Operating lifespan,70 000 hours after which the system emits 70%of its original lumen output,all of those parameters are tested for 100%of light engines. Use of a metal core board insures greater heat transfer and longer lifespan of the light engine Optical System: (LE3F), I.E.S type III (asymmetrical). Composed of high performance collimators, optimized with varying acrylic beam angles to achieve desired distribution. System is rated IP66. Performance shall be tested per LM63 and LM79 (IESNA)certifying its photometric performance.Street-side indicated. Heat Sink: Made of cast aluminum optimising the LEDs efficiency and life. Product does not use any cooling device with moving parts(passive cooling device) Driver: High power factor of 99%. Electronic driver, operating range 50-60 Hz. Auto-adjusting to a voltage between 120 and 277 volt AC, Class II, THD of 20%. Maximum ambient operating temperature from -40F( 40C) to 130F(55C)degrees. Certified in compliance to CUL requirement. Weather tightness rating IP66. Assembled on a unitized removable tray with Tyco quick disconnect plug resisting to 221 F(105C)degrees. LCP53245-59551-17-(SA)J FD.DOC PHILIPS 10-29-2010 Page 1 15 640,Curb-Boivin LUNWEC Boisbriand Qu@bec /'� Canada,J7G 2A7 Cv 5 2- Renton Renton Logan Avenue (59551) i The current supplying the LEDs will be reduced by the driver if the internal temperature exceeds 203F(95C), as a protection _ to the LEDs and the electrical components. Output is protected from short circuits, voltage overload and current overload. Automatic recovery after correction. Surge Protector: LED Driver 3 poles surge Protectors that protect Line-Ground, Line-Neutral, and Neutral-Ground in accordance with IEEE/ANSI C62.41.2 guidelines. Access-Mechanism: A die cast A360 aluminum technical ring with latch, hinge and a cast-in decorative skirt. The mechanism shall offer toolfree access to the inside of the luminaire. An embedded memory-retentive gasket shall ensure weatherproofing. LCP53245-59651-17-(SA)J FD.DOC PHILIPS 10-29-2010 Page 2/5 640,Curb-Boivin Boisbdand(Qu6bec) f'rLUME Canada,J7G 2A7 "wool / 2_ 12- City ZCity of Renton (59551) E 27 1/2" l 698mmo `NYtRt�kv E(ARMAN MMF Qt X13 Luminaire [DMS55.001]-250HPS-SG3-VOLT-RBT-COLTX Description of Components: Hood: Die cast A360.1 aluminium dome, mechanically assembled on the luminaire housing. Housing: (DMS55-001) Made of aluminum tubing, 8"(203mm) outside diameter, .125"(3mm) wall thickness, mechanically assembled to the bracket. Complete with cast aluminum decorative cap,mechanically assembled. Lens: Clear tempered glass lens, mechanically assembled on the lower part of the technical ring with brackets. Lamp: (Not included), 250 Watt High Pressure Sodium(ANSI Code S50), ED 18 bulb, mogul base. Optical System: (SG3), I.E.S. type III (asymmetrical). Reflector composed of a chemically brightened multi-faceted anodized aluminum, mounted on a white frame. This assembly allows for a full rotation of the optical system in 90 degree increments. Ballast: High power factor of 90%. Primary voltage to be determined Lamp starting capacity-40 F(40C)degrees. Assembled on a unitized removable tray with quick disconnect plug. REMOTE BALLAST: Located and Installed by others. Verify the maximum distance of wiring in between the ballast to the lamp,The installation must be done accordingly in compliance with the electrical code in force. Access-Mechanism:A die cast A360 aluminum technical ring with latch and hinge c/w a cast-in reflector. The mechanism shall offer toolfree access to the inside of the luminaire. An embedded memory-retentive gasket shall ensure weatherproofing. Luminaire Options: (RBT), Remote Ballast assembled on a tray for pole base. S PEC20101028_175326_59551 47.DOC PHILIPS 10-29-2010 Page 1 /3 640,curd-Bolvin Bolsbdand(QuBbec) js�'` LUMECCanada,RG 2A7 VOW C.O.#10 arw CITY OF RENTON Page 1 of 19 Public Works Department (Pages 2-19 are backup) CONTRACT CHANGE ORDER AGREEMENT 03/10/2011 CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trail South Lake Connector CAG-10-067 Project CONTRACTOR: En General Construction,Inc. CHANGE ORDER: No.10 SUMMARY OF PROPOSED CHANGE: RessonlJustification: The plans currently call for three types of luminaire bases:Type 1 (3ft dia x 6 ft deep),Type 2(2 ft dia x 11.5 it deep)and Type 3(2 ft dia x 15.5 it deep).Nine of the total 32 bases have been constructed per plan.An unexpectedly high water table(4.5 it below the surface)and the presence of unconsolidated material created a situation which excavation for the luminaire bases was undermining the existing water line.In addition,the Type 2 jb shown on sheet CH01 (STA 127+50,west side of Logan)is undersized and needs to a type 3 jb. Contract Change:The luminaire bases are re-designed as shown in the attached drawings.Bases need to be completed at 23 remaining locatiopns.The attached spread sheet defines which of the new designs(Types A,B or C)will be used at each location.A new bid Rem(B191)is established which incorporates the revised luminaire bases into the project and defines associated lump sum amount that includes all costs associated with this change,including all indirect impacts. The lump sum cost for 8191 and additional work days,noted below,mitigate all schedule and cost impacts,both direct and indirect,associated with this change.In addition,a new bid Rem(BI 92)is established which changes the Type 2 jb shown on plan sheet CH01 (Sta 127+50)to a Type 3 jb. Both new bid items also include credits associated with BI 67,so the lump sum amount for BI 67 remains unchanged Add the folio ng bid items: Item Approx Units Description Unit Price Amount No. Quantity (ney4 pf 1 1 LS I Luminaire Base Revisions $78,465.65 $78,465.65 newA cib 1 1 LS New Type 3 JB $996.41 $996.41 Total this Change Order: $ 79,462.06 Working Days: 33 working days added by this change order 139 total working days All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878,600.36 $919,721.48 $79,482.06 $999,183.54 SIGNATURES: Contractor Date: Pro'ect Mana er ( ! Date r App roved By: Date: rar►spottation Desi Supennsor) Logan Ave N St 2 CAG 10-067 Luminaire Spread Footing Table 16-Feb-11 Luminaire Over Tail or Short Footing Width Offset (Pole Offset (Pole no. Waterline Approx Sta Pole Type(See (Curb to to Edge of to Bads of Note 1) Trial) Trail) Curb) 1&2 No 123+73 Tail B 5.8 ft Center - 3 No 121+87 Short A 5.8 ft Center 4 No 124+77 Short A 5.8 ft Center 5&6 No 125+17 Tall 8 5.8 ft Center 7 No 125+92 Short A 5.8 ft Center 8&9 No 126+67 Tail B 5.8 ft Center 10 No 127+42 Short A 5.8 ft Center 11&12 No 128+17 Tail B 5.8 ft Center 13 No 128+91 Short A 5.8 ft Center 14&15 Yes 129+88 Tail C 5.8 ft Center 16 Yes 130+63 Short A 5.8 ft Center 17&18 Yes 133+16 Tall C 5.8 ft Center 19 Yes 133+91 Short A 5.8 ft Center 20&21 Yes 134+69 Tall C 5.8 ft Center 22 Yes 135+49 Short A 5.8 ft Center 23&24 Yes 136+12 Tall C 6.5 ft Center 25 Yes 136+77 Short A 7.4 ft 4 ft 26 Yes 137+32 Tan C 8.1 ft 4 ft 27 Yes 137+47 Short A 8.3 ft 4 ft 28 Yes 138+13 Short A 9.1 ft 4 ft 29 No 138+70 Tan B 9.9 ft 4 ft 30 No Completed per plan(rot induded in this change order) 31 No Completed per plan 32 No 140+18 Tall B 1 11.8 ft 4 ft 33 No Completed per pian(not included in this change order) 34 No Completed per plan(not included in this change order) 35 No 141+46 Tan 1B 13.3 ft 1 1 4 ft 36 No Completed per pian(not included in this change order) 37 No Completed per plan(not included in this change order) 38 No Completed per plan(not included in this change order) 39 No Completed per plan(not included in this change order) 40 No Completed per plan(rot included in this change order) NOTES: (1)Footing type(see details) A) 45 ft x 45 ft x 3.6 ft deep(includes 1.0 ft of cover) B) 5.8 ft x 5.8 ft x 3.6 ft deep(includes 1.0 ft of cover) C) 5.8 ft x 8.0 ft x 3.0 ft deep(no cover) Lvly WHFTCffit ..�...?. -.i...i. {.. .E_i-x. �_ :..;.-:_i :.i-•-' T•/ RA.i. i'i.i..' ; j..... _ _:�::r. ;_.j..�::i..:_.}:.. .�..�.`_�. _.;�.. 2:: `__;._,...: .i...;. ,..i..;. .,. :.�7.,,.�Q�_.i..i..;. ._�.. ..l.j..�..}--: :..j(y�� •t�.i'f.�.�y.y�/tet � c[j ..�. .'i. .i •�..., ..j...._i-.;_ .t. ..L.i }..i..i_• a.. _�. ..i. �.�.i.j...e � j_.:. -i•--..� .;._i. .i..:...y. .. ..�_ .�__�. �...�.. .�..._... ..j.3. --�-- -i-- -� .1_ Amt s � t :�: �.�._ ? _.:� �•.• ..r.i .i. .i ..r..`.!..I .�. .'.•_.r..;. .i.. .i. .r .{_{..7.._j.` +_ l.� w..i._.. _.i......i.. .}.�J..i..,,. t •;_l..! } j— t �. 'p•. ••i..i_!! y..j.. ..i. - .r. k.. i_i..j.:4.. 71 ...; L. t .1.. _.i. ..t..i..;.. .� i._--;.._ —f.i..•..• _ r / .i..y =_i- _ .S- _.-{_._.!." t ; •-�•-� , .r.. i..i.-i..;_...• ..I..l.. :6�• }..i. -j....._. i .i_ ..e..i_.�...f. .•;�-��. �.• .;.•. ..t,=_._ _ t 1 .t .j..,._ ..p_.i..i: .�.i.. i.. _i_. .3..j. j i- = s.?. s s i._ : r N• :-�- A�.. .{.. s. _�_,.--r , I , ,.i.. .i•_.. }.-. .i.t % ...t.. t :_. _}..._}.:.{..._..;.:'. t.... .y... _ ..}..... i-1--i._=_2.,�1 i.- ,�. 4•t 4P t g= j jr ; v. i_ _:( .L_?• ..},' { .i.. i..;._: - I_�,. _i..;.f. �.-i- , i-i-•�--:-.{..._.j..f.., }_Lir_• r.:�..i.. �..i 1_j. ..z. .i_ ..3.. �•. •�4.,' F`{..:.i...i..i. ..�; �:...�..i..j.�..�..,. ..}._-�•'Y i••* t-•- s_s..i. � -•{•�z-• t }. t •'..j.}.. .r_j_.,..�_:� t i. j... j. t t i •_-' ,- -j--! .�_'. ..i. _�. �.. �.C .. (_!/�r�,' i:'' z } j.. ..'- .j_.j. .S 7._i..i..i 4 j' -? ! r .yt •-• r_'!,I r ,"f"_` L' •-% 7 F, ;.i..•. :. �.�_:_ e.�; '�• 'fes'•-;: �+��,�..'� .. i t..q._t.. I. w-14 1 } _ ` = 1 ! � ..�. _j-- .k:_=.i...F.i 1• _i.. :.�. -� f� -}-: --j-€-- i.a r.'_i_.g_.;..j..«.i_ ...y.s..y.� i.�..;..!. W. <_ •.�. w� .1 _I_4.. _.}..�.-�jj- -� -� ;..� e ;..Y -- -j�i _j.i. I._;_�.�..E..�.;..� _t_.j._ �..f»L i..i..:. . ,•• 't�' s -.i..f. ! i..}..._.j. i E..=..,. �.}_. ;. ..;..t.t !..t.. _i.j..s. -•--f--;•t �/�l�c i � :MY�• O/SVT F. V. It Ll i..!.� ,� t.} = r .i'...3.. ..k..�.. -t t } i .r. i_-t..i-E-4• � ��- -•i--• -.. `• ._.;. ...i..i»r., �. i r moi- `i. -�,•!..�.. •� �-...__t..;_i_ _i-.f. s^ ---�--r-i-i-• t ;.i..a. Q`�•r i. r. ! .. . ..!•! j i -i i..i_ op, v' • — ...r i•,k ..� ..i. 1T. i • �!~ '"t• E��MI '..' AASubject ho T F GL IVR%ee►Na of l Job Me. 3GZG3 Avpared by. Date ►r tort checked by Date 17 /"Jo WHpacarc YA? /477 •¢ ._�±...�..�.:. .{_ ..{..�__.•..f�•j1��.. _j. i�j r/t.... .;-. i 1, t _ :Vii./'//�C l.iw-cis... , i. ;._._ .j_.:.. �• _.s..t, t•. .s. � _� •f• t .;.. a-' :j.. .j �..i .3.. -.y..'l,"�S�..A�...'�.�:� .�/%�{..%J .S .i, «i..?..f_. :_._ ..i..° rY-I t � r.. ... ;..i.t._:- _..._�.. ..s. l. _F-.E ..;... ..;::;...;• _,f_ ..j -� _ �[� _;. i i_ ...144--i-,-- •i.. i.. _ i j.,: y._i.• .. . �.}.. ` i -z. i t. .= i.. c : - - t..t.. it-i ? LEE 111 =..4.�}..;. :� s t":"`-i' -i••t" -'f- {'�.�.. �. -1 . i .i..:..i ......t:-T--I_ i i.;..5._;_.i.. .......... .y, '; s J t ; y. --i.. ..;_.. ;..-• .- --•-i --?..i. �" y.. _ i:.t.•�•..;..f` .j.. .i.�_.�_�.».�. 1. i_.i..__� _.t-, f_'C.:._: .i i- i , -t.j- .. JV woe3, � _1 _ ; i.w ;-i .l.S � 't-T•-t-i' ..t.:_- �_�--''.- :_ _i..... _.{..t..j..�. ..�... ; - •1::.: •f . Z •�_'Y :. }yam •_;_: . t-..�•-{...: 'r• '�.t..i t-• ,- _•-';_y..=..`. - _�s.t-_• i"`..y �.•__ ;•_t_. }_.'_ ��!/�..r S 1 _,_ } t i t _ _t.!_f__z..�,:._!_f�- L!y5 'fie t j�M 7 �-_ r ' i fr i i ..'}. } { i s. r`•�� J�._'.,i:. � � imp .i._r.,;._ -Z't. i. E-�-�_2 4.• .i_ i «t S•• :-- i� _i_ rte:-;-- -i-i .-.i.e_ .�.i..I-�`:--•-_ i_i,_�Gd'_'Sl f..:.. - 4-•j -i. _s..' �. _y..i..o• •-» i.. .i. -..,j.•!__}„ ,--.i,_,'�- •j,_ S i ,ir,'4 i i• i '.,T _ __i-.,._T�'` i.-..i_ _�_.i.. AV _ _5.;..i ;..t.. is-i :-� :..•.w_ja-e-; i Via.. _ .._. ., .i..�_....;._ 'f• -1•"-i./I '� -1--- - ._}- _ __ _.•�Y•:is s✓•l./�[Jf�i�..�• - ofs OAR ►- '''{'4 s!w L4� .i..=. i._.. i- Li�/1[J LiinY%' i i SS _•. _ /rf�j-ice+/ i , j Ubject AIAN . Ll6�li'jis�pTgT 6l/ sneer rto_� ot_,L .ra►rb G X1,3 ftWaMd by l Date ' ft a,edwa by Date 5 y cold P WHPac�fit q p rix,MIS 3 AL �_ _ .• � L�� S 7 1A *h-! — ,— :.. •1 7 • _�.. ..i. ...i .#..i i _i..�..i...;..' j�%i'' i.. i.. :�_.F.i._�... (,�i"� � {`/�s�/-,!y'-• ..}.. ..R ...?...}. I.,..i...._.i..�_.Y--1_ -a...=..; .�.. ..i_•..:...� D•�•� I�I: : •i..i�.7'_. . i..;..:_.,_.i�.. .tet...{_ �, .. .i_.• }•-�-' - �- ;. �. i 3 1 .�..,..�.1 �.. _s_}.' _j..s.s..• i._i_+._i_...i..i... =..t.. .1 e ! i. +RTI(nf }.F a•. i._j...i..: T.. i..{. .Si..i.f r. ., ...1:..}...2..}� .i. ;....,.. ..}.. ..�._._1,111., •... .. ._i..1 _.._.. i..l..}.. _.i lir X�•� : -.S.J;i. /.L PN 4. i.. .. . : ?::4.,:.; ...t # .,_.•_/.. ..y.. .t.. 1_. !_. .i..} .i. = i.. r i•.w- _ •. '.�. i:—_.-:'--t•• •�• � ••� (-.�_ �� •i._�_• i •i i t� -i- ..i..f. ��I?�s ;(aq�i•� - «'a...i..i.....i..3.`�.. _i.. .i r � �.. .{..:••. T i.. :f•i �__ �..1..�. .+..lc_..r_r._i.�..-.-• +..•.�r..i..*.i..:.. t.•+-.1- ..i =.. T. 1..•..?._j_ _. ..7.. _%..1.'s'i ..i .�i-.� ._...:..:.i......i._4_. y.. .�...�. ::i t:.�.«i.a..t -•?:.�» .?. _L.Z.;..i ... .. _}_. ..��;.(.1 T_ E.#..l..i..?..i i..,..;.. -%-'..7;y--'•3--° -i--f---.,.;..:_ ..j.. J. {.t = i. o». .,._}_ .;.. .,» t.i._ }.;• i. .(, j a = 1 }. {• _ `� .i. ..i. .�. _i ..(_.i...?. .' _• i-j }-E i j {. i. f�• -:..g.:. .i_.i.. -;..:._ . . s: , .j..i•� ..l..; _ ;.. .i.=.=. .i_.; s.. .;.. �. is i.f�..�..i t.. i ;»° i.. 4. -i•-- t °• _ t- - -:s.•.c ,s. ..i...._.i....i... ..}J.:r. ��,,,.i �.�. ? .y..i..j..� ..i__ ..y_ t..4. ,. .,. .%.s.�!}-1 = __g _?. •.i..t . 3--i•- i_•_.t.� ~i' .y. .1. � _A.. A. _ _« -a-�t �. �_G_�., i ..i._......f..�»i..:..i-_ • /��/��{ ! :•: t ! S yY y i .�^_---' -e-Y - {. _� .. _ F -i_S L.-F..i..y.'.i .y.., ..•.`- I Yi � .��i..�..i.. �� .�.' '�'}�i F-•i. �'s- --i-?-% ---i '•-•-?--: -i• --i-•t--I.i•'s'•���•fi7,g -_c��j�.-r ..R. t .; R: 3• G ;.. E .`'.__.y..;._ .T..... ' y: ._e. ..i.,�. jf;.�• i._ .r_�y d�:� �. i.j ».. /� I R if '� •Yvt7 •i j r-••i- - i•:_i rY�Y .+.. .._ .�..�:Y•;. •.�..;.t.:�..=--i'-'[--•--;•- •'j_. •� i- i-•i ;-_-T'.1_ .G_.,_._ .�.�. _t I>��? _�J✓:1�i1�•�.St,•�d i :•.j' i-_ •i- -•4' �--:. •-;__ ..[ t i--C t-i•- y •1-;--?- '_% }..:. .... ;. - { �w ii .-3..iy,.i. •.i. .3. �_�-• ..t-- •t•F -F-;--•- 1 ._.. ..t..!• ...• •,�•r-����s-���� •!moi .Z..;..=.j-.i.t ..,..�..=..R.•}__..t.y._ - .; L--:'• .�--{-'t'i_ .=.q _•:.%+r•.S_r •L __ 4. = i.. .i.}.i. .i.« ..i. _..i._�.�..+_.... ,i._ i�:. .-!_: .z»•..:__...f._ •�[• ••'y�� ;. ..Y .1 . .R. .o-., s-f ;._ ♦iy a = i i /-G4fr.� .[7(� _ ;..i •.� t ;- � 3 crt- J .l..•.•: ....y i : LA ti yew _ _,_._•_ , -_. 7 w-t i.c._;.s .g ,"'� !"r fJ� K��� ll .S ..rte `' CIA D JobM0. $YEW meas Dace Owckeaiy nares �� COST PROPOSAL ELECTRICAL FOUNDATION CHANGES Mobe and Demobe#1 $8,023.71 EnD's Work#2 $30,450.13 Clean Up#3 $3,826.65 Prime Electric#4 $27,749.00 Subtotal $70,049.49 B&0 tax $339.04 EnD Indirect Cost $8,077.12 TOTAL $78,465.65 (cost includes additional 3 " PVC(Sched 40)sleeving through Type B&C bases for zone irrigation line) :OST PROPOSAL: ELECTRIC^', FOUNDATION #1 is Ity of Renton-LOGAN AVENUE REPORT OF FORCE ACCOUNT WORKED meet Name: Logan Ave Date Work Performed: ocation: Project Limits Date Work Accepted: Antractor: EnD General Construction,,inc. Project#: CAG-10-067 subcontractor: Item#: )escription of Work: Group#: Mobilization and demobilization of equipment and material. le: Estimate# ,leaving,aggregate,dump truck,clean up of staging at south parking Calculated By: ot. Checked By: Employee Name Labor Classification Reg Reg RegOT OT OT Labor Subtotals Hrs Rate Total Hours Rate Total Erik sanders Operator 16 64.49 103L84 $1,031.84 Marlon Stemha en Operator 16 64.49 1031.84 $1.031.84 farad Collins Laborer 46.77 0 $0'00 TOTAL LABOR $2.063.68 Equipment Description Contractor Reg Reg Standby Standby Equipment Subtotals -Eauipment# Hours R e Hours Rate Cat 420 E Loader Backhoe i6 34.65 17.33 $554.40 2/2 TN PU 16 10.79 5.4 $172.64 2/2 TN PU 10.79 5.4 $0.00 Dump Truck`see United Rentals invoice 8 25.5 $204.00 2007 Cat 315 C L,diesel 66.98 33.49 TOTAL EQUIPMENT $93104 Materials/Service invoice# Amount 25.5 days overhead,security fence,sani can,increased bond, etc... $3,500.00 SUBTOTAL MATERIAL $3.500.00 USE TAX ON MATERIAL TOTAL MATERIAL 53,500 oo summary Subtotals OH&Profit% OH&Profit Totals Lobw $2,063.68 29% 5598.47 $2,662.15 Ewpnftt $931.04 21% $195.52 $1,126.56 $3,500.00 21% $735.00 $4,23S.00 Pof:Nenton Rep Date otal $8,023.71 mark-up 12% Rep Date b mark-up total .A.GRAND TOTAL $8,023.71 COST PROPOSAL - ELECTRICAL FOUNDATION #2WMEI y� Project Name: Logan Ave 8 Date Work Performed: Location: Project Umits Date Work Accepted: Contractor: EnD General Construction,Inc. Project M CAG-10-067 Subcontractor: Item M Description of Work: Group#: See attached. Estimate# Calculated By: Checked By: Erik Sanders Operator 96 64.49 6191.04 $6,191.04 Marlon Stemhagen 0 erator 96 64.49 6191.04 $6,191.04 larad Collins Laborer 46.77 0 $0.0 TOTAL LABOR $12,382.08 ,A,}�•� X'° r #YW "tin :GU JHQMW ourp Cat 420 E Loader Backhoe 92 34.65 17.33 $3,187.80 1/2 TN PU 92 10.79 5.4 $992.68 1/2 TN PU 10.79 5.41 $0.00 Dump Truck*see United Rentals Invoice 92 255 1 $2,346•W 2007 Cat 315 C L,diesel 5 66.98 33.491 $334.90 TOTAL EQUIPMENT $6,861.38 Export Dirt 207 TCY @ 10.00 $2,070.0 Pok Base Export Deduction 45.5 @ 10 -$455.00 Import 5/8"minus 192 tons @ 12.25 $2,352.00 6"sch 40 sleeve 100 If @ 3.45 $345.00 2"sch 40 sleeve 100 If 0.68 $68.0 3"40 sleeve 130 If @2.06 $267.80 SUBTOTAL MATERIAL $4,647.80 USE TAX ON MATERIAL $455.48 TOTAL MATERIAL $5,103.28 WOW— Labor M.$12,382.08 .. 29% $3;590.80 $15,972.88 Equipment $6,861.38 21% $1,440.89 $8,302.27 Msterisis/Servkes $5,103.28 21% $1,071.69 $6,174.97 :City of Renton Rep Dateota1 $30,450.13 b mark-up 12% ntractor Rep Date b mark-up total Remarks: COI O ELECTRICAL FOUNDATION Establish line and grade,excavation,off haul spoils, place and compact base rock, place sleeving, finish concrete at finish line and grade with broom finish,backfill and compact. Average labor—2 man crew per foundation Establish line and grade .25 hours Excavate,off haul spoils 1.25 hours Place and compact base rock .25 hours Place sleeving .25 hours Finish concrete @ finish line and grade .5 hours Backfill and compact 1.5 hours Crb I e. COST PROPOSAL: ELECTP' 'kL FOUNDATION #3 tb/ City of'Aent6f lddAN AVENUE CLEAN.UP rI ect Name: Logan Ave Date Work Performed: ation: Project Limits Date Work Accepted: tractor: EnD General Construction,Inc. Project#: CAG-10-067 Subcontractor: Item#: Description of Work: Group#: Clean up and re-establish trail grade to current condition ie:ready to Estimate# pave. Calculated By: Checked By: Employee Name Labor Classification Reg Reg Reg OT OT OT Labor Subtotals Hrs Rate Total Hours Rate Total Erik Sanders Operator 16 64.49 1031.84 $1,031.84 Marlon Stemhagen Operator 16 64.49 1031.84 $1,031.84 larad Collins Laborer 46.77 0 $0.00 TOTAL LABOR $2,063.68 Contractor. Reg Reg Standby Standby Equipment Description E s H Equlpntient Subtotals Cat 420 E Loader Backhoe 1 34.65 17.33 $554.40 1/2 TN PU 10.79 5.4 $0.00 1/2 TN PU 10.79 5.4 50.00 rnp Truck`see United Rentals Invoice 16 25.5 1 $408.00 2007 Cat 315 C L.diesel 66.98 33.49 TOTAL EQUIPMENT $962.40 MaterV*0tvice Invoice# "tinourit SUBTOTAL MATERIAL 50.00 USE TAX ON MATERIAL TOTAL MATERIAL $0.00 ry ` Subtotak OH&Profq% OH&ProfK Totals; . Labor $2,063.68 29% 1 5598.47 $2,662.15 Equi M $962. 21% $202.10 $1,,164.50 Ner[ /Ssrvices SW00I 21% 1 $0.00 S0.00 City of Renton Rep date o� $3,826.65 , mark-up 12% or Rep Date Submark-up total . OfA4: . :OST PROPOSAL - ELECTRIr '\.L FOUNDATION #4 & rr/ City of Renton-LOGAN AVENUE Prime's Price fro ect Name: Logan Ave Date Work Performed: ocation: Project Limits Date Work Accepted: ,ontractor: EnD General Construction,Inc. Project#: CAG-10-067 subcontractor: Item#: lescription of Work: Group#: ,ee attached. Estimate# Calculated By: Checked By: Employee Name Labor Classification Reg Reg Reg OT OT OTHrs Rate Total Hours Rate Total Labor Subtotals :rik Sanders Operator 64.49 0 $0.00 Marlon Stemhagen Operator 64.49 $0.00 arad Collins Laborer 46.77 0 $0.00 TOTAL LABOR 1 Sd.00 Equipment Description Contractor Reg Reg Standby Standby Equipment Subtotals Equipment# Hours Rate Hours Rate :at 420 E Loader Backhoe 34.65 17.33 $0.00 t/2 TN PU 10.79 5.4 $0.00 t/2 TN PU 10.79 5.4 $0.00 Dump Truck*see United Rentals Invoice 25.5 $0.00 2007 Cat 31S C L,diesel 66.98 33.49 $0.00 TOTAL EQUIPMENT $0,00 MaterWs/Service Invoice# Amount PRIME'S COST $24,775.89 SUBTOTAL MATERIAL $24,775.89 USE TAX ON MATERIAL TOTAL MATERIAL $24,775.89 wnwnarlt Subtotals OH&Profit% OH&Profit Totals LOW $0.00 29% $0.00 $0.00 Equornent $0.00 21% $0.00 $0.00 M8WftW tmkes 21% $0.00 $0.00 City of Renton Rep Date Total $24,775.89 b mark-up 12% $2,973.11 Contractor Rep Date Sub mark-up total F.A.GRAND TOTAL $27,749.00 emarks. _ Colo PRIME ELECTRIC PROPOSAL JOB. Logan AVE Date: 1/25/2011 WORK: Foundation Changes "IT-r e A Reber Ca•a 11 $130.00 ° 1 430.00 1 2. E 1 27.50 py;si:e 7 .00 'i. $1,1575.00 2.50 E 17.50 '' S 35.00 1173.00 2. E 12.50 Foundation 26 590.00 S2.340.00 1.00 YD 28.00 Dun 31 90.00 7 1.25`D 38.75 Foundation 28 590.00 2 520.00 13s';`';. 35.00 nSet11 15.00 1 5 0.75E 8.25 7 515.00 t 105.00 0.75 5.25 7 Foundation Set 5 $15. S75.00 0.75 E 3.75 uhrert tockirn Fee 1 5250.00E 250.00 5.00 E 5.00 9 E 50.00 0.001- 0.00 10 a Deduction -2 .00E 0.00 0.50 E -11.50 11 0.75 -17.25 12 Pole Deduction -35 90.00 ' 3150 00 0.15,.D -5.25 1 e:-T-Deduction -196.5 50.00 1 .00 0.08 FT -14.74 14 t Deduction a18 .00-_ _' .00 0.08 FT -3.60 15 24'Deduction -15 .00E 50.00 0.50 E -7.50 16 a -u Deduction -8 .00 0.00 0.25 E -2.00 17 .00E 50.00 E 0.00 1 .00E .00 E 0-00 19 S0.00 E 50.00 E 0.00 00 E .00 E 0.00 21 $0.00 E 0.00 2 .00E .00 E 0.00 23MALS S9 27sJ90 117.66 a BM Un- 10- 1 '� TRUCK t*,iso 12.50 50.00 tALTEC agim -23 5.001411.035.001 Purim-TRUCK .40 .00 GW SUCKOT K S59A0 f .00 RACKn0E $40.18 .00 US Mad 9KCAVATOR 50 DO -cowlt15.50 .00 IZYARDDUWTWJM 13.00 IIA Mal Tu• 0 5165.00 .00 00 .00 TravMlNr 0 535.00 'x:. 00 �TAL" 1,141.76 tr IM GENEM 0 JOB NAM AVEt E JOB NO: 310-553 eo 10 I � PRIME TRACKING NO: 3 BUDGET ITEM DESCRIPTION: Pse Service Changes 1 6A8Q8 JJ2 R Wpg 42 117.66 2 SUPERVISION,15%OF LINE#1 17.65 3 TOTAL LABOR HOURS 135.31 4 MATERIAL HANDLER 0.00 HOURS $31.67 EACH = $0.00 5 ELECTRICAL$APPRENTICE 0.00 HOURS @ $49.35 EACH = $0.00 6 ELECTRICAL JOURNEYMAN 0.00 HOURS @ $75.22 EACH = $0.00 7 ELECTRICAL FORMAN 45.31 HOURS @ $77.96 EACH = $3.532.37 8 ELECTRICAL GEN.FORMAN 0.00 HOURS @ $83.68 EACH = $0.00 9 OPERATOR 45.00 HOURS 558.58 CH = $2.636.10 10 GROUNDSMAN 45.00 HOURS $58.62 EACH = $2,547.90 OVERTIME LABOR $0.00 11 MATERIAL HANDLER 0.00 HOURS $43.65 $0.00 12 LABOR OT APPRENTICE 0.00 HOURS :62.78 EACH = $0.00 " 13 LABOR OT JOURNEYMAN 0.00 HOURS $88.51 JEACH = 50.00 14 LABOR OT FORMAN 0.00 HOURS @ $134.32 EACH = $0.00 15 LABOR OT GENERAL FORMAN 0.00 HOURS $109.91 EACH = $0.00 16 MATERIAL HANDLER DT 0.00 HOURS $55.63 $0.00 17 LABOR OT APPRENTICE 0.00 HOURS $79.47 EACH = $0.00 18 LABOR OT JOURNEYMAN 0.00 HOURS $103.22 EACH = $0.00 19 LABOR OT FORMAN 0.00 HOURS Q $112.13 EACH = $0.00 20 LABOR OT GENERAL FORMAN 0.00 HOURS @ $121.04 JEACH = $0.00 0 21 TOTAL LABOR HOURS I COST 135.31 LABOR TOTAL: $0,716.37 22 1 ::F MATERIAL COST: $9,275.00 ECU11PNElIT SUBTOTAL $1,141.76 23 MATERIALS USE TAX 10.00% OF LINE 41W $927.50 24 EQUIPMENT RENTAL SM00 25 FREIGHT ALLOWANCE $0.00 26 SMALL TOOLS&INCIDENTAL MATERIALS 0.00% x line 97 30.00 27 AS BUILTS AND SUBMITTAL COST $000 26 EEO,WISHA,EPA 0.00% of**97 $0.00 29 GENERAL.LIABILITY INSURANCE 0.00% lnclirdedincost otta3or $0.00 30 ADMIN TRAVEL EXPENSE SO 00 31 ENGINEERING.DRAFTING,&REPRODUCTION $0.00 32 ADJUSTMENT TO PERMIT FEE As per City of Seattle fee Schedule 5000 33 ADDITIONAL PROJECT MANAGEMENT TIME 000 HOURS @ 365.00 50.00 34 BOND PREMIUM $000 35 VEHICLE OAO HOURS 90 $3.10 $0.00 SUBITT AL:j 520,060.62+ 36 LABOR 29.00`Ya 1 62.527.75 MATERIAL 21.00% 1 $1.947.75 37 EQUIPMENI 21.00% 1 5239.77 38 SIGNATURE FOR APPROVAL OF CHANGE ORDER B&O TAX 0 0OW4 $000, 39 TOTAL FOR THIS BUDGETI TEM- $24,773.89 A THIS TATION IS VOID AND SUBJECT TO REVISION AFTER 30 DAYS B. A CONTRACT TIME EXTENSION OF !MEDAYS WILL BE REQUIRED. BY-Tyler Boyer EWMTOWPROJECT MGR cc 10 �4-/0-i 5 Logan Ave N St 2 Schedule Impacts Due To Re-Design of Luminalre Bases Change Order 10 In November,EnD Construction submitted an update to its approved project schedule.This update shows the task"Illumination System Underground"(Task 13)spanning from October 27,2010 to November 30,2010.The first components of this work included installation of conduit over the entire length of the project,to be followed by construction of the luminaire bases and placement of the junction boxes. For much of the project length,luminaires are located within a narrow planter strip between the new curb and an existing waterline. For this reason,the contract plans call for specially design luminaire bases that are 24 inches in diameter and 11.5 feet or 15.5 feet in depth. The schedule update also includes over two months of float between the end of the"Illumination System Underground"task and the start of the task titled"Complete Illumination System"(Task 36). There is no connectivity between Tasks 13 and 36 and other scheduled tasks.This underscores the fact that,with the luminaire bases as detailed in the plans,the illumination system could be completed independent of other tasks,such as completion of curb and gutter and grading and paving of the trail. Further,work progressed on the"Illumination System Underground"in a manner that would have no impact on the rest of the project. Early in November the planned base locations and the center of the existing waterline were marked in the field. Several luminaire base locations were identified by the contractor as either conflicting with,or being in very close proximity to the waterline.These were resolved by moving the planned locations of these bases to give as much distance to the waterline as possible. It had been mutually agreed to shut the project down between December 23,2010 and January 3,2011. The electrical contractor,however,wanted to auger and pour luminaire bases during this week,which was approved.They began constructing bases from the north end of the project and completed the first nine bases located at the north end of the project.Due to a water table that was higher than expected, these first bases were constructed with some difficulty.The shallow depth of this water table(4.5 feet below the surface)was not expected.The next bases to be constructed were adjacent to the existing waterline. Issues related to the water table depth proved to be critical when attempts to excavate the first bases along the waterline.The presence of sandy material and the water table created a situation where material began sloughing into the excavation, and beginning to undermine the waterline. The contractor,as called for in the Standard Plans,did place corrugated pipe and even attempted to vactor material from inside the corrugated pipe,but the sloughing continued. On December 28,2010,the contractor was ordered to stop this work while the city could review the situation and provide a remedy.it was recognized that a re-design of the luminaire bases was required and that spread footing designs may be the solution. It was also recognized that spread footing designs might extend beneath the trail or impact the curb and gutter section.Because of this,progress on other co/ tasks,such as curb and gutter construction and trail paving,could no longer be considered independent of completion of the luminaire bases.Because of this,by ordering work to stop on the bases,the entire project schedule was impacted.Tasks such as trail grading,driveway approaches and other work proceeded as practical,but completion of the entire project depended on resolving the luminaire base Issue. Redesigned luminaire base details were sent to End Construction on January 19,2011 for review and pricing.On February 2,2011 a proposal to construct the re-designed bases(including cost and working day considerations)was received from EnD.After review and discussion amongst Public Works staff, notice of acceptance,including verbal NTP,was sent to the contractor on February 8,2011. Completion of the re-designed luminaire bases would not interfere with completion of the curb& gutter,but since several of the bases would now abut the trail,requiring excavation in the area graded for the trail,final grading of these areas and paving of the entire trial would not occur until the new bases are completed and backfilled.As a result,tasks which could have been completed totally independent of each other now had to be completed sequentially.So in addition to the cost proposal received from the contractor,there are two components relating to schedule impacts:one relating directly to the time lost between the stop work order and the verbal NTP(not counting rain days),and the other relating to the new interdependencies of the tasks and the extension of time now needed to complete the project. One final revision to the design and the associated cost was developed when it was recognized that an additional sleeve was required in the larger bases to contain the longitudinally placed zone irrigation line.The final contract impacts,as defined in Change Order 10,are noted below: Contract days added due to stop work order. 17 days(days already defined as"non-working"due to adverse weather are excluded from this count) Contract days added due to schedule revision: 16 days Total contract days to be added: 33 days Monday,December 27,2010 through Thursday,December 30,2010 are considered"nonworking"by mutual agreement.January 3,2011 is shown as the first working day after the project shut down on December 28,2010.At that point,there were 53 contract days remaining. Projecting the 53 remaining days out from January 3,2011(and accounting for one holiday)defines a contract completion date (under the original contract)to March 17,2011.Considering two non-working day(weather)since January 1,2011 and the 16 days associated with the schedule expansion due to the new interdependencies brings the new completion date to May 5,2011 Logan Ave N St 2 EnD Indirect Impact (1) Labor Rate Hours/Day Days Total Hours Cost Operator $64.49 8 6 48 $3,095.52 Operator $64.49 8 6 48 $3,095.52 0 $0.00 0 $0.00 Equipment Standby Rate Cat 420E Loader Backhoe $17.33 8 6 48 $831.84 1/2 Ton Pickup $5.40 8 6 48 $259.20 1/2 Ton Pickup $5.40 8 6 48 $259.20 2007 Cat 315 Cl Diesel $33.49 8 2 16 $535.84 Sum = $8,077.12 • . L'C (U �.. 7/ ►q PRIME ELECTRIC PROPOSAL JOB. Logan Ave Date: 3/2/2011 WORK: Type 2 to Type 3 HH Item Material Ma te rfa I Labor 9 Material 1 T 3 HH Quantity 1 $900.00 E $900.00 1 E Labor• 1.00 2 T 2 HH -1 0.00E 300.00 0 E 0.00 3 $0.00 E $0.00 0 E 0.00 4 $0.00 E 0.00 0 E 0.00 3 $0.00 E .00 0 E 0.00 4 $0.00 FT .00 0 E 0.00 5 .00 E $0.00 0 E 0.00 6 $0.00 E $0.00 0 E 0.00 7 $0.00 E .00 0 E 0.00 8 $0.00 E $0.00 0 E 0.00 9 $0,00 E $0.00 0 E 0.00 10 $0.00 E $0.00 0 E 0.00 11 $0.00 E $0.00 01E 0.00 12 $0.00E .00 0 E 1 0.00 13 $0.00 E $0,00 0 E 0.00 14 $0.00 IE $0.00 0 E 0.00 15 $0.00 1E $0.00 0 E 0.00 16 $0.00 1E $0.00 E 0.00 17 $0.00E $0.001 E 0.00 18 $0.00 1E $0.001 E 0.00 19 $0.00 E $0.001 E 0.00 201 $0.00 E $0.00 E 0.00 21 $0.00 E $0.00 E 0.00 22 $0.00 E .00 E 1 0.00 23 TOTALS $600.00 1,00 EQUIPMENTItem s . Labor • Quantity SERVICE TRUCK F-150 0.00 $18.50 11$0. SERVICE TRUCK F•260 $12.50 ALTEC DIGGER .00 ,W BUCKET TRUCK $48.40 i0'BUCKET TRUCK .40 BACKHOE $40.18 1SS MINI EXCAVATOR $35.50COMPRESSOR $15.50 12 YARD DUMP TRUCK $0,00 MSI MACHINE $0,00 Tugger 0 $165.00 DA $0.00 Traveller 0 $35.00 DA $0.00 00 $0.00 TOTAL $0.00 TO: 1 p JOB NAME:Logan AVE PRIME JOB NO: PRIME TRACKING NO: CU l *Aloe BUDGET ITEM DESCRIPTION: Type 2toType 3H 1 LMR H URS W024Q. 1.00 2 SUPERVISION,15%OF LINE#1 0.00 3 TOTAL LABOR HOURS 1.00 4 MATERIAL HANDLER 0.00 HOURS $31.67 EACH = $0.00 5 ELECTRICALI APPRENTICE 0.00 HOURS $46.55 EACH = $0.00 6 ELECTRICAL JOURNEYMAN 0.00 HOURS 0 $70.98 EACH = $0.00 7 ELECTRICAL FORMAN 1.00 HOURS @ $73.55 EACH = $73.55 8 ELECTRICAL GEN.FORMAN 0.00 HOURS @ $81.10 EACH = $0.00 9 OPERATOR 0.00 HOURS 0 $55.26 EACH = $0.00 10 GROUNDSMAN 0.00 HOURS iS $53.41 EACH = $0.00 OVERTIME LABOR $0.00 11 MATERIAL HANDLER 0.00 HOURS @ $43.65 $0.00 12 LABOR OT APPRENTICE 0.00 HOURS @ $62.76 EACH = $0.00 13 LABOR OT JOURNEYMAN 0.00 HOURS 0 $88.51 EACH = $0.00 14 LABOR OT FORMAN 0.00 HOURS @ $134.32 EACH = $0.00 15 LABOR OT GENERAL FORMAN 0.00 HOURS @ $109.91 EACH = $0.00 16 MATERIAL HANDLER DT 0.00 HOURS @ $55.63 $0.00 17 LABOR DT APPRENTICE 0.00 HOURS @ $79.47 EACH = $0.00 18 LABOR DT JOURNEYMAN 0.00 HOURS @ $103.22 1EACH = $0.00 19 LABOR DT FORMAN 0.00 HOURS @ $112.13 JEACH = $0.00 20 LABOR DT GENERAL FORMAN 0.00 HOURS a $121.04 EACH = $0.00 0 21 TOTAL LABOR HOURS I COST 1.00 LABOR TOTAL: $73.55 22 MATERIAL COST: $600.00 EQUIPMENT SUBTOTAL $0.00 23 MATERIALS SALES TAX OFLINE#18 $0.00 24 EQUIPMENT RENTAL $0.00 25 FREIGHT ALLOWANCE $0.00 26 SMALL TOOLS&INCIDENTAL MATERIALS 2.50% of line 97 $1.84 27 AS BUILTS AND SUBMITTAL COST $0.00 28 EEO,WISHA,EPA 2.50% of line 97 $1.84 29 GENERAL LIABILITY INSURANCE 0.00% Included in cost of labor $0.00 30 ADMIN.TRAVEL EXPENSE $0.00 31 ENGINEERING,DRAFTING,&REPRODUCTION $0.00 32 ADJUSTMENT TO PERMIT FEE As per of Seattle Fee Schedule $0.00 33 ADDITIONAL PROJECT MANAGEMENT TIME 1.00 HOURS @ $65.001 $65.00 34 BOND PREMIUM $0.00 35 VEHICLE 0.00 HOURS $3.10 $0.00 SUBTOTAL: $74223 LABOR 29.00% $21.33 36 MATERIAL 21.00% $126.00 37 EQUIPMEM 21.00% $0.00 38 SIGNATURE FOR APPROVAL OF CHANGE ORDER B&O TAX 0.000% $0.00 39 X TOTAL FOR THIS BUDGET ITEM: $889.56 A. THIS QUOTATION IS VOID AND SUBJECT TO REVISION AFTER 90 IDAYS B. A CONTRACT TIME EXTENSION OF days DAYS WILL BE REQUIRED. BY:T ler Bover ESTIMATORIPROJECT MGR *4000, y/1 EnD Construction Cost Proposal - Electrical Junction Box Change Logan Ave N St 2 Prime Electric Cost = $8 $889.65 EnD Const Markup (12%)= $106.76 Total Cost for Type 3 jb = $996.41 C.O.#11 CITY OF RENTON + Page 1 of 14 Public Works Department (Pages 2-13 are backup) CONTRACT CHANGE ORDER AGREEMENT =40011 CONTRACT: Logan Ave.N.Stage 2 Lake Washington Trait South Lake ConnectorCAG-10-067 Project CONTRACTOR; EnD General Construction,Inc. CHANGE ORDER: No.11 SUMMARY OF PROPOSED CHANGE: Reason/Justification:The south end of the project must be re-designed to stay within existing right of way.In addition,grinding of PCCP in the outside lane is required but was unanticipated.This limited PCCP grinding is beneath the the planned"Planing Bituminous Pavement'(Sid Item 77).Also,BI 64 is tilted"Paint Stripe W'",but all the paint stripes called for are either 6"or 8". Finally,there was no bid item included for paint stripe removal or the installation of one"ONLY"pavement marking,both of which are required. Contract C hange:This change will re-align the trail south of the south driveway entrance to the school district parking lot as shown in the attached plan.This requires removal of an existing short retaining wall.The alignment of the roadway curb will also be revised,as will the planter strip between the trail and the new roadway curb;The alignment of the curb between the trail and the parking lot and brought in next to the trait.Payment will be through existing bid items and a new Lump Sum bid item for previously unanticipated work,specifically,removal of the wall;including contractor provide survey,sawcutting;curb revisions and changes to the planned irrigation system.A new bid item is established to support the PCCP grinding needed.An initial cost had been negotiated,then the grinding revealeld further changed conditions(very large concrete aggregate)which impacted the PCCP grinding significantly,requiring equipmment maintenance and much more time.Bf 64 is re-titled as"Paint Striping, Removal and Pavement Marking"and the new lump sum price is set to compensate the contractor for placement of 6"and&' wide striping as calked for in the plans,paint stripe removal and placement of a painted"ONLY"marking,both of which are called for in the plans,but not included in bid items. Add the following bid items: Item Approx Units Description Unit Price Amount No. Quantity 64(old) -.2714 LF Paint Stripe 4" $0.28 -$759.92 64 revised LS Paint Stripe,removal and Pavement Marking LS $2,543.97- 94(new) LS South End Revisions LS $6,429.75 53(old) LS Irri atiaa astern LS $31,350.00 53 revised LS Irrigation System LS 1 $30,813.76 95 new LS PCCP Grinding LS 1 $5,361.70 Working Days: Total this Change Order: $13,039.26 2 working days are associated with his change order,which would bring the total working days to 142.Substantial Completion was granted after 138 working days,so no charge to working days is included in this change order. All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL.CONTRACT CURRENT CONTRAC7 ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $878;600.36 $999,183.54 $13,039.26 $1,012,222.80 SIGNATURES: Contractor. Date: Project Man- r: Vf ?� �"'V f(i Gi.tipw.iy,,.. Date Z " Approved Date; j 141 IF (Transportation Design Supervisor) Cott Logan Ave N ST 2 CGA 10-067 CO 11 - 131 64 (revised) Striping/Pavement Marking Adjustment Bid Item 64,is titled in the contract as PAINT STRIPE 4",when in reality, only 6" and 8" paint stripe is called for in the plans. In addition,as noted below, oher pavemen marking related items were no accounted for in the contract documents.Therefore, his change order revises the description of Bid Item 64 as noted below and also chances the measure from "Der LF" 1) Bid item 64 is titled "PAINT STRIPE 4" ", but in reality, there is no 4" paint stripe shown in the plans, only 6" and 8" paint stripes. The 6" and 8" striping has been placed and paid for under the current BI 64. Compensation for these is included as an adjustment in this change order as part of the lump sum payment item. 2)The plans call for placement of a thermoplastic "ONLY" making that is not defined by a pay item. Compensation for these is included in this change order as part of the lump sum Davment item. 3) Removal of paint stripe center line and crosswalk is not defined by a pay item. Compensation for these is included in this change order as part of the lump sum payment item. Item as noted Item Unit Cost Quantity Cost above 1) 6" Paint Stripe (/LF) $0.65 1868 $1,214.20 8" Paint Stripe (/LF) $0.85 712 $605.20 2) Thermoplastic $80.00 1 $80.00 "ONLY" (EA) 3) Paint Stripe Removal $1.00 306 $306.00 LF Crosswalk Removal $1.00 66 $66.00 (LF) Subtotal = $2,271.40 Prime markup ( $272.57 12%) _ Total = $2,543.97 �Y P� s/i4 Terry Paananen From: ENDGENERAL[endgeneral@msn.com] Sent: Thursday, May 05, 2011 8:11 AM To: Terry Paananen Subject: Fwd: Logan Ave N St 2 Island Striping at Souht End Hi Terry, See prices below Darcee Sanders Sent from my iPhone,please excuse any typos Begin forwarded message: From: Mark Amer<mark(&nwtraffic.net> Date: May 5, 2011 8:02:02 AM GMT-07:00 To: darcee sanders<end eneralAmsn.com> Subject: RE: Logan Ave N St 2 Island Striping at Souht End DARCEE HERE ARE THE PRICES FOR 6 INCH AND 8 INCH STRIPING CONTRACT PRICE FOR 4 INCH STRIPE $ .43 LF NEW ITEMS 6INCH STRIPE $ .65 LF 8INCH STRIPE $ .86 LF REMOVAL OF PAINT STRIPE $ 1.00 LF PLASTIC ONLY $ 80.00 EA THANK YOU Mark Amer Owner/President Northwest Traffic, Inc. Office - 253-862-4102 Cell - 206-499-9866 -----Original Message----- From: darcee sanders f mailto:endgeneral(a,msn.coml Sent: Tuesday, May 03, 2011 10:07 AM To: Mark Amer i CC Ll 4/14 V*MW 1400, Logan Ave N ST 2 CGA 10-067 CO 11 - BI 94 (NEW) South End Revisions Re-design of the south end of the trail alignment was necessary to address right-of-way issues.As shown in the attached plans,the tral was brought closer to the roadway and associated revisions to the landscape plan,driveway and Logan Avenue curb line were incorporated.The new bid item 94 provides compensation for additional work required as a result of this change. Element CO 11 Cost Page EnD, DR Strong, $6,429.75 DelMar C011 - 131 53 (REVISED) Irrigation System Bid Item 53 is revised from the description in the contract documents by two changes.The first includes additions to the irrigation system required by the south end geometric revisions noted above and on the attached plan sheets.The second change is a contractor proposed change to the two controller cabinets. Instead of the NEMA Type 3 cabinets called for in the specs,Toro Custom Command Series steel cabinets built specifically for these controllers will be used Irrigation Element CO 11Element Cost Page South End Revision $1,248.76 Controller Cab Rev -$1,785.00 Delta = -$536.24 131 53 Total = $30,813.76 ev 1 LUMP SUM CHANGE OF TRAIL AT SOUTH END p s/t4 `kno, City of Renton -LOGAN AVENUE CHANGE ORDER ffleo// Project Name: Logan Ave Date Work Performed: Location: South End of Trail Date Work Accepted: Contractor: EnD General Construction, Inc. Project#: Subcontractor: D.R.Strong and Delmar Item#: Description of Work: Group#: For changes the City of Renton made to the South End of the trail that Estimate# do not have current bid items. Calculated By: Checked By: Employee Name Labor Classification Reg Reg Reg OT OT OT Hrs Rate Total Hours Rate Total Labor Subtotals Erik Sanders Operator 16 64.49 1031.84 $1,031.84 Marlon Stemhagen Operator 16 64.49 1031.84 1 $1,031.84 Jarad Collins Laborer 6 39.98 239.88 $239.88 Darcee Office $200.00 TOTAL LABOR I $2,503.56 Equipment Descri tion Contractor Reg Reg Standby Standby p E ui ment# Hours Rate Hours Rate Equipment Subtotals Cat 420 E Loader Backhoe 0 34.65 $0.00 2007 Cat 315 C L,diesel 10 66.98 33.49 $669.80 1/2 TN PU 14 10.79 5.4 $151.06 1/2 TN PU 10 10.79 5.4 $107.90 Hand Tools 1 141 15 $210.00 TOTAL EQUIPMENT $1,138.76 Materials/Service Amount D.R.Strong $900.00 DelMar Cutting and Coring $300<00 Export Concrete $96.00 Export Brush $96.00 SUBTOTAL MATERIAL $192.00 USE TAX ON MATERIAL $114.00 TOTAL MATERIAL $306.00 Summary Subtotals OH&Profit% OH&Profit Totals Labor $2,503.56 29% 1 $726.03 $3,229.59 Equipment $1,138.761 21% $239.14 $1,377.90 Materials/Services $306.00 21% $64.26 $370.26 City of Renton Rep Date F.A.Total $4,977.75 Sub mark-up% $252.00 Contractor Rep Date Sub mark-up total $1,452.00 F.A.GRAND TOTAL $6,429.75 Remarks: Pas It 61)4 /zo,o s:""I [Mrtwic e..r] [nnmrt:cm.ro ul Im1c:„x,7.ae7 rine r.\uM o,s..a.\osazss\o..q�\o�..Mn\ \oxzes-n n] Iurour:am] I � I my N DeDw2 IIN I A _+ N I I x o B = o of D ' T g -_+ I I s _ I zI 1 n� I II f' I �; I �I ot; 267 1 F,P� I I I I IvFn II ( oI ` N i (,R m 1 o I , N I � I I i � �•I o I � I ' D (I L { Ig 1 k c0 (A k I I < ni p m I I I CITY OF RENTON o=siu® ew .a n ua ,arwo a LOGAN AVE N STAGE 2 LAKE WASH.TRAIL � CEDAR RIVER Tb N.8TH ST. W IRRIGATION REVISION AT CEDAR RIVER TRAL „ ® noon ow'�ie,°i sY00 _......___........._........_. -_...........-- w�oQrtNa� oswwowtwrr srrE n.oro�h ,ammo 038283 038283-TRAN-RW iP"d c 7 [(ogre:iz/is/tow+o:oa w] �� mow] [rinnue aa'a srru:iizi�.neJ (PAM: kA a x«,a�\oxzos\a.q�\sA.Fw\ \osezar«.� uYZ uoz] I I s I � � o L. I N I I I I � I S I II 41 I mol ■ II I I I I � I � I I �I I I �g m7 � g F m � ` O � n nmi o � -+ r m N O O CITY OF RENTON � ouo® m xatn aArz �arwo —.. ■\W "dc c O .......... ......... .. LOGAN AVE N STAGE 2 LAKE WASH.TRAIL °"'"" °' -- CEDAR RIVER TO N.8TH ST.to PLANTING REVISION AT CEDAR RIVER TRAIL u ter® w so o � y wn 036M w�v 036M- —I'- 038283 038283�TRAN1P00 1'-20' PSC &A ""✓ '* A Sheet No.: Out West Landscape& DAILY REPORT OF Irrigation,Inc. PO Box 1805 Woodinville,WA 98072 FORCE ACCOUNT WORKED Project Name: Logan Ave Project No: Item No.: Date: 3/15/2011 Description of Work: Install Additional Irrigation planter bed Work by Subcontractor?: (mark x"if yes) Prime Contractor: End General Constr Sub-Contractor: Out West Landscape&Irri ation, Inc. . :O- STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT Group 1 Planting Lab 16 $ 30.84 $ 493.44 Is Is - SUBTOTAL-LABOR: $ 493.44 LABOR OVERHEAD&PROFIT @ 29% $ 143.10 LABOR TOTAL $ 636.54 EQUIPMENT HOURSHOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT 2006 Chev 1500 8 8.65 Is 69.20 SUBTOTAL-EQUIPMENT $ 69.20 EQUIPMENT OVERHEAD&PROFIT @ 21% $ 14.53 EQUIPMENT TOTAL $ 83.73 MATERIALS SERVICE MATERIALS' 11111%UANT NI R{ E DOLLAR AMOUNT HD Fowler Parts Inv(attached) 1 398.88 $ 398.88 Add Use Tax 9.5% $ 37.89 SUBTOTAL-MATERIALS $ 436.77 MATERIALS OVERHEAD&PROFIT @ 21% $ 91.72 MATERIALS TOTAL $ 528.49 Verification of Hours Worked: TOTAL: $ 1,248.76 <- 12%MARKUP(for prime when subcontract work) $ - Contractor's Representative Date SHEET TOTAL: $ Prime Markup on Subcontractor: Owners Representative Date 12%: <$25,000 P 10%: $25,000 to$100,000 Pay Estimate Entered: 7%: >$100,000 Date: ❑ ff checked,this work is in dispute. By signing this form, parties are agreeing to the time and effort needed to accomplish the task. By. Entitlement to be determined at a later date. 1 of 1 P-12 (Rev. 9/09) CACI f 9A.q Terry Paananen From: ENDGENERAL [endgeneral@msn.com] Sent: Monday,April 25, 20113:53 PM To: Terry Paananen; James P Wilhoit Terry see below notes from Outwest.... The credit for the irrigation enclosures 2 Enclosures $ 1,785.00 total I need to bill h'IOH on the Bark and Plant material per Tom and there is some form I need in order to do this? Darcee Sanders Sent from my Whone, please excuse any typos i Logan Ave N ST 2 CGA 10-067 CO 11 - BI 95 PCCP Grinding The plans called for grinding of the ACP overaly on Logan to construct the designed roadway section. Grinding of the PCCP panels beneath the overlay was not included, but was required. This constituted a changed condition. Once ACP grinding was complete and the PCCP exposed, it was recognized that the very large and hard aggregate in the PCCP created greater than expected difficulty in the grinding operation. This consituted a secondary changed condition, resulting in additional expenses. Subtotal (from following pages) = $4,787.23 Prime markup (12%) $574.47 Total = $5,361.70 c..c.7 t [ Terry Paananen From: darcee sanders[endgeneral@msn.com] Sent: Tuesday, May 17, 20119:29 AM To: Terry Paananen Subject: FW: Logan Concrete Grind Impact Attachments: Logan Ave N, Stage 2.doc Is the email you're looking for? Darcee Sanders EnD General Construction,Inc. 28605 se 216th lane*Maple Valley,WA 98038 fax:425.432.3793 *phone:206.786.5383 endizeneral@msn.com From: Craig Nickel [mailto:Craig.Nickel(&lakesideind.coml Sent:Tuesday, March 15, 20113:41 PM To: 'Eric Sanders - EnD General' Subject: Logan Concrete Grind Impact Eric— per our discussion in the field regarding the concrete grind, Lakeside would like the following compensation in lieu of the $2.50 per SY previously discussed. We all know that the oversized rocks in the concrete were not anticipated; these rocks caused extensive wear on the grinding machine and drastically slowed the grinding process. 1. Please see the attached letter from Ground Up asking for compensation of$3314.31 for extensive wear on their machine. In the spirit of partnering with the City of Renton, Lakes ea wi not ask for mark up on this amount. 2. Due to the slow grinding process, Lakeside had one truck too many for this project. This cost is 8 hrs @$120.00 per hour for a total of $99600..0�0� The original agreement for grinding into concrete turned out to be 800 SY @$2.50 per SY, totaling $2000.00. We are now asking for $4274� 1 We believe this to be fair compensation for the unforeseen condition of the concrete. Please let me know if you have any questions. My cell is 206-793-0136. Thanks, Craig Nickel Estimator/Project Manager Lakeside Industries Inc T: 253-631-36111 F: 253-630-2011 www.lakesideind.com From:Todd Brownson jmailto:Todditmdup.coml Sent:Tuesday, March 15, 2011 11:55 AM To: Craig Nickel Subject: RE: Logan i 0011 Grourt' Up Road Construceon, Inc 1107140`Ave Ct E. Sumner,WA. 98390 Office:253.891.1413 Fax:253.891.1425 4 RE OAD Craig Nickel Lakeside Industries 18808 SE 256" Street Covington, WA 98042 Subject: COMMENTS REGARDING UNANTICIPATED CONDITIONS LOGAN AVENUE N, STAGE 2 RENTON, WASHINGTON Dear Mr. Nickel: We have prepared this brief letter to document the unanticipated conditions found on this project and to request that consideration be given to providing additional compensation for the damage to our equipment as well as the additional time and effort required to complete this project as a result of these unanticipated conditions. A representative of Ground Up Road Construction, Inc. visited site prior to performing the work to observe the existing surface conditions and to discuss the work to be completed. At this time, we understood that the work would include approximately 1,829 square yards of 0 — 2 inch asphalt concrete pavement planing and approximately 500 square yards of 0 — 1 inch concrete pavement planing. We do not typically perform concrete pavement planing with our equipment because it often causes significant damage to the machine. However, we agreed to perform the work due to the relatively small area and shallow depth indicated. We were requested to grind an additional 299 square yards and to grind an additional 2 inches down into the concrete in several locations. We had anticipated that this work would require approximately 4 hours to complete and had anticipated that the concrete pavement planing would require approximately 150 tools (teeth) to be replaced. For reference, if this project was all asphalt concrete pavement, we would anticipate that approximately 25 to 30 tools would be required. The actual work took about double the anticipated time to complete and required 597 tools and 31 blocks to be replaced. The direct cost of these items is as follows: 447 (597-150)tools @ $5.23/ea =$2,337.81 31 blocks @ $31.50/ea = 976.50 Total: $3,314.31 paSc 13/14 Craig- Letter requesting additional compensation is attached. Let me know if you have any questions or need additional information. Thanks!! Todd Brownson Geotechnical Engineer- Estimator _ Ground U Road f P From: Craig Nickel Construction, Inc. „M& ��< Lmailto:Craig.Nickel0lakesideind.com1 DBAA&M Road Recycle � „ *000 Sent: Tuesday, March 15, 20117:53 AM Phone: 253.891.1413 To: Todd Brownson Cell: 206.437.9189 Subject: Logan Fax: 253.891.1425 www.p-rndup.com Todd —just a reminder I need the cost impact on Logan by early afternoon. Thanks, Craig Nickel Estimator/Project Manager Lakeside Industries Inc T: 253-631-36111 F: 253-630-2011 www.lakesideind.com 2 CO 4,1, �`S c !-4 Aq Grouftd Up Road Construction, Inc 1107140`h Ave Ct E. Sumner,WA. 98390 .:,M&M Office:253.891.1413 Fax:253.891.1425ROAD RECYCLE We are proposing that the City would consider compensating Ground Up Road Construction for the additional tool/block damage incurred ($3,314.31). Ground Up Road Construction would absorb the cost of our additional labor and equipment costs that were required to complete the project. If you have any questions or need additional information, please contact our office. Respectfully submitted, Scott.Stultz President Ground Up Road Construction, Inc.