Loading...
HomeMy WebLinkAboutContract rrr AANard Date: 1/12/2015 CAG-14151 Awarded to: Lakeside Industries, Inc r. tri , (VY O Bidding Requirements, City of Renton Forms,Contract Forms, Conditions of JL the Contract,Plans and Specifications - fc0 ar City of Renton Construction of: SW Grady Way Overlay Project APPR I VED F I R CONSTRUCTION: PROJECT NO. CAG-14-151 yrr FEDERAL AID#STPUL-1288(004) Aee "0- 0/[11--- dr iri Robert M. Hanson, PE Date City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: Doug Jacobson,PE 425-430-7242 Project Manager: Doug Jacobson, PE 425-430-7242 OM =«♦ Punted on Recycled Paper CITY OF RENTON m RENTON,WASHINGTON err CONTRACT DOCUMENTS art for the SW Grady Way Overlay Project PROJECT NO. CAG-14-151 d. FEDERAL AID#STPUL-1288(004) November 2014 dig ei BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT "M SPECIFICATIONS PLANS 'c5 .► `' r 27900 do s,GI SStRle S10NAL CITY OF RENTON 1055 South Grady Way Renton,WA 98057 ar ,o) Printed on Recycled Paper Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF FIRIVEM Traject l bra CAG-14-151 Federal Aid Number NrruL ingstigt4 arr SW G R AD Y WAY OVERLAY PROJECT RAINIER AVE S TO S LONGACRFS DRIVE SW TABLE OF CONTFJ4'TS L. CALL FOR BIDS ,m IL 11WORMATION FOR BIDDERS I. Instructions to Bidders 2. Summary of Fair Practices Policy,City of Renton 3 Summary of Americans with Disability Act Policy ais 4 Scope of Work 5 Vicinity Map III. PROJECT PROPOSAL ata 1 Bidder's Checklist 2 *Proposal and Schedule of Prices 3. *Proposal Signature Page as4 *Non-Collusion Declaration(WSDOT Form 272-02611) 5. Certification for Federal-Aid Contracts(WSDOT Form 272-040) 6, Disadvantaged Business Enterprise Utilization Certification(WSDOT Form 272-056A) 7. Disadvantaged Business Enterprise Written Confirmation Document(WSDOT Form 422-031A) 8. *Proposal Bid Bond IV. CONTRACT DOCUMENT FORMS 1. "Public Works Payment Bond 2. 'Performance Bond 3. Bond to the City of Renton am 4. "Fair Practices Policy Affidavit of Compliance 5. "Contract Agreement(FHWA) 6. ACity of Renton Insurance Information Form 7. "City of Renton Standard Endorsement Form as 8. "City of Renton Construction Contracts Insurance and Related Requirements *Submit with Bid 'Submit at Notice of Award rr V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS I. FHWA 1273 VI. CONTRACT SPECIFICATIONS ala 1. Amendments to the Standard Specifications Special Provisions 2. Special Provisions air VII. APPENDICES APPENDLX A-STANDARD PLANS APPENDIX B-WAGE RATES ars as City of Renton-SW Grady Way November 2014 Overlay Project rrr art Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RE TON WAS IHGTON ADDENDUM NO. 1 to the CONIRAtCf DOCtIIFNTS for the SW Grady Way Overlay Project rr Federal AM Number:STPUL-1288(004) Cay afteract CAG-14-151 Date of Issue: December 16.2014 Au Date of Bid Opening: December 18.2014 ATTENTION:AU Bidders and Planholders ut The Bid Documents for the above-named project are modified as described below.Bidders shall take this Addendum into consideration when preparing and submAtkig their bids. .r Bidders shall attach this Addendum to their copy of the Contract Documents.Failure to do so will subject the Bidder to disqualification of his/her bid. au 1. CONTRACT PROVISIONS Table of Contents III. Project Proposal ADD the following: 9. *Local Agency Subcontractor List(WSDOT Form 271-015A) Jus III Project Proposal Bidder's Checklist ADD the following: ra 9. Local Agency Subcontractor List Proposal The following form is required for this project and shall be ADDED to the Proposal: • Local Agency Subcontractor List(DOT Form 271-015A EF) 2. BID OPENING Aar The bld opening date Eau changed to December 18,2014 at 2:00 PM. City of Renton Addendum No-1 SW Grady Way Overlay Project December 16,2014 Page 1 of 2 au s Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr arr Bidders shall adeseediedge mnelpt and acceVbnce WINS Addendum He.1 in the en the Ile OF 4 i 4 err t. � I f pE I 77-F- y= t Administrator sr ! d .r dl dl d dl City of Renton Addendum No.1 SW Grady Way Overlay Project december 16,2014 AO Page 2 of 2 las dl Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale dl I. CALL FOR BIDS lit all N City of Renton—SW Grady Way November 2014 ass Overlay Project rrt Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ,rr gra CITY OF RENTON SW GRADY WAY OVERLAY PROJECT rr Federal Aid If S"i PIU-12t 04) CALL FOR BIDS Sealed bids will be r:caved by CO'ofRatan,at the City Oak's Office located on the 76-floor or Reston as City Hall,until 2:00 pan.Tuesday,Daoather 16.2014,and will then be opened and publicly read in conference room 11,located on the.5s floor,Renton City Hall, Radon City Hall is located at 1055 South Grady Way,Renton WA 98057. rr All bid proposals shall be accomparied by'a bid proposal deposit(certified check or surety bond)in an amount equal to five parent(5!o)of the amount of suds Lid proposal Should the successful bidder arr fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications,the bid proposal deposit shall be forfeited to the City of Renton The right is reserved to reject any and all bids and to waiver any informalities in the bidding. 41111 A Disadvantaged Business Enterprise(DBE)mandatory goal of 12°4)has been established for this project. „a, Plans,specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc.,at M llwwwibxwa.com. Click on"bxwa.corn";"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 au "Bidders List-"). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. rr Questions about the project shall be submitted via e-mail to: Doug Jacobson,City of Renton,Public Works Department,at DJacobson0Rentonwa.aoti Answers to bidder's questions regarding the project will be posted on Builder's Exchange of Washington,Inc.,for all bidders to view. 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.0 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 AIN Department of Transportation issued pursuant to such Act,hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant this advertisement,disadvantaged business enterprises as defined at 49 CFR Part 26 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 improvement for which bids will be received is described below: Removal of curb,gutter and sidewalk,asphalt grinding, installation of approximately 4,500 tons of asphalt overly and 18 curb ramps,utility adjustments,and channelization of SW Grady Way. .ar Jason A. Seth, City Clerk w Published: Daily Journal of Commerce November 25,2014 and December 2,2014 City of Renton-SW Grady Way November 2014 Overlay Project .r, Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r�r II. INFORMATION FOR BIDDERS M► m ai MI 1111 City of Renton—SW Grady Way November 2014 Overlay Project Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rss air DZSTRUE.TIONS TO BIDDERS err 1. Sealed lids for this ponsosal will be received by the City of Raton at the office of the Rem City Clerk Renton tits Hall,until the time and date spedfied in the Call for Bids. At this time the bids will be publicly opted and read,alter which the bids will be consideredand the award err made as early as practice. No proposal may be charmed or town after the time set for receiving bids. Proposals shall be subrrri.ttedon the forms atta.-:ltedhereto. air 2 Any omissions,discrepancies or need fir interpretation should be brought,in writing,to the Manion of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owr,Engineer,or other representative of the owner shall.in any way,.modify:the contract documents,whether node before or after letting the contract. ars 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City r erves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. AIN 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. hi the event of errors, ,rr the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. ani 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. cc 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. rr 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's s compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. ,rr City of Renton-SW Grady Way November 2014 Overlay Project Sar AMP Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 13.. The contractor,prior to the sizt of co ruction,shall provide the City of Retdon a Mailed har chart type ocustructiOnscheduie for the prat.. 14. Payment shall be done in accordance with Section 1-099(1 " and on1-09.9(3) "Contracting Agenc3As Right to Withhold and Disburse Certain Ammons" located in City of Renton Supple ental Specifications. dli 15. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible responsive bifida. 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 Aca Partial lids will not be accepted. The owner reserves the right to award any or all srles of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. as 16. Trench Excavation Safety Systems As required by RCW 39.04.180,on public works projects in which trench excavation will exceed a depth of four feet,any contract therefor shall require adequate safety systems for the trench excavation that meet the as requirements of the Washington Industrial Safety and Health Act, Chapter 4917 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. an 17. 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 subeonsultants. 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 as 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. me 18. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of as 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. City of Renton--SW Grady Way November 2014 Overlay Project air ,,,r Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar air coact! midi and be liable for all penalties, damages, and violations endear Chapter 9148 RC"W, in performance of the work. The CONIR.ACTOR shall also comity with.Adak 4 in the hent Sound Air Pollutionrw Control.Agency Regulation Ill regardingremoval and encapsulation ofasbestos materials_ 19. Standard Specifications All work'wider 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 blrecificaticas, Special PIOVI/CIOS and other sections of these contract documeMs. These standard specifications are hereby made a part of this contract and shall control and guide all activities within Ills project whether referred to directly, AO ParagraPilbyParagra*ft"not.. 1.. [tiSDOTIAPWA"2014 Standard Specifications for Road,Bridge andhfmaicipal Construction"and *Division l APWA Supplement"hereinafter referred to by the abbreviated title"Standard as Specifications." A. Any reference to"State,""State of Washington," "Department of Transportation,""WSDOT,"or any combination thereof in the WSDOT/APWA standards shall be modifiedto read"City of Renton,"unless specifically referring to a standard specification or test nwthod B. All references to measurement and payment in the WSDOTIAPWA standards shall be detected and the measurement and payment provisions of Section 1-09,Measurement and Payment (added herein)shall govern. 20. If a soils investigation has been completed,a copy may be included as an appendix to this document If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves am adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 21. Bidder's Checklist s [i 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. r 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? (a Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? (a Has the proposal been signed? (I Have you bid on ALL ITEMS and ALL SCHEDULES? ss 13 Have you submitted the Subcontractors List(If required) Have you reviewed the Prevailing Wage Requirements? ar (a Have you certified receipt of addenda,if any? Ir City of Renton—SW Grady Way November 2014 Overlay Project ar Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY sw ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all dttizens and to ensure equal employment opportunity to all persons without regard to their race;religion/creed;national origin;ancestry;sex;age over 40;sexual orientation or gender identity;pregnancy;NIWAIDS and Hepatitis C status;use of a guide dog/service animal; marital status; parental/family status; military status;or veteran's status, or the as presence of a physical, sensory, or mental 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. 4.1 (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) 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 by City policy. air 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, this7th day of March ,2011 CITY •\RENTON RENTON CITY COUNCIL A 4411 Denis Law, Mayor •uncil Pr ident Attest: i,;• 1 Bonnie I. Walton, City Clerk elet. Y f* SEAL ' .rt;sp\ 41111 '/�• ,%Illtl1111;tIFr�4lttfd�� rProvided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar er CITY OF RENTON SCSOVIRY RI ARS MIRD t rmaiu f 'Cy' w ADOPTED BYRELtJJ J 1 7, The poky of the City of Redman is to pirsnote and awl opal treaturst sad service to ail silicas and to assure to maces with Vis, when the City of limon can the - rlisataty. ills poles* shall be based on the ptinciples of aped employment opportunity, the Amalie= With Act and other applicable guidelines as set forth in federal,state and local laws. MI departments oldie City of Reties shall adhere to Cha taming gnidelinm (I) LO M1E 'T-fRACTICES - Ali to employmest such as recrailinent,sem,pronmtion,term marl training shall be condisited in a neo- mannear_ Personnel decisions will be based on individual. staffing reipiirentents,and in accordance ordance with the Americans With " Act and other applicable laws and regulations. • (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The Cay of Renton will =operate fully with all organizations and commissions organized to promote fair practices and equal opportunity for peaces with disabilities in Orr eonployneat and receipt of City services,activities and programs. (3) AMERICANS wrm DISABILITIES ACT POLICY-The City of Reran Americans With Disabilities Act Policy will be maintained to facilitate equitable mon Ise within the City wade force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with ifisabiTdies. It shall be the responsibility and the duty of all City officials and employees to carry out the r poticaos and guidelines as set forth in this policy (4) CONTItAC:TOR' QBLIQATIQN - Contractors, subccotractcacs, consultants and au suppliers conducting business with the City of!tester shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City des. all. CONCURRED IN by the City Council of the CIO of Renton, Washington, this 4th day of October 1993. au f` RENTON RENTON CITY COUNCIL: 4111 4AT411/..4; ?(A..„. Mayor11111 Presidaut !te.).....)tesc . Orr 011,111P City Clerk 1 110 imoProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a _L CITY OF RENTON Project No.CAG-14-032—SW Grady Way S Osrrtas Project SCOPE OF WORK s lbs work involved under the terms of this contract document shall be full and complete installation of the facilities,as shown on the plans and as described in the construction specifications,to include but not be limited to: Asphalt concrete patching, asphalt concrete pauimg(lTNMA Cl 1r P II64-22), removal of asphalt pavement, installation of curb ramps,utility adjustments,and chamateliratiou. 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. s Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document.A total of 30 working days will be allowed for the completion of this project. One suspension of work will be allowed per section I-08.6 during weather conditions unsuitable for paving. s ma AIN r r. City of Renton-SW Grady Way November 2014 Overlay Project r Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com-Always Verify Scale atr • reracceics :s 9� e� - K r L ag Kea minty :t,Val Treatment FtantSouth sy.,r, ' ,v`..g 04 oar {� � ; ‘,76:i'''-::, 2 `f ,..,,1„. mg D 167` 4,0 ~ ufi 14"1St `6.. The Boeing Company daAmtrak Q a Station rt,ors " thbound) Vicinity Map "t SW Grady Way S Overlay Project air as s Ate air as ori Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL PROJECT:SW GRADY WAY OVERLAY PROJECT us CAG NO: 14-042 COMPANY:L ' 1 Vic... /NbltSrie is 'BID AMOUNT: i 11'72'9-56' ADDRESS I 8 '�E,, aaa 5t TEL NO:25 -(eT L (e f t e Wi Nbry Al uS* a a a BIDDER'S CHECKLIST BIDDER'S CHECKLIST PROPOSAL & SCHEDULE OF PRICES PROPOSAL SIGNATURE PAGE 4.. 7. NON-COLLUSION DECLARATION, NON-COLLUSION, ANTI-TRUST, MINIMUM WAGE AFFIDAVITS 5. CERTIFICATION FOR FEDERAL-AID CONTRACTS or 6. II DIS DISADVANTAGED BUSINESS ENTERPRISE UTRIZA.TION CERTIFICATION 7. / DISADVANTAGED BUSINESS ENTERPRISE WRITTEN CONFIRMATION DOCUMENT 8. PROPOSAL BID BOND The documents must be executed by the Contractor's Authorized Official(s) mrs eis CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL so TO THE CITY OF RENTON RENTON, WASHINGTON to Ladies and/or Gentlemen: rrr The undersigned(Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement, and the nature of the work, and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)Xbid bond,or 0 cashier's check(made payable to the City of Renton),or 0 postal money order(made payable to the City of Renton), in an amount equal to five percent(5%)of the Total Bid Price, is attached hereto. rr Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. ■r Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written dig Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. rr .r 111 411111 ars SW GRADY WAY OVERLAY PROJECT SCHEDULE OF PRICES .r Project Number CAG-14-042 Federal Aid Number STPUL-1288(004) err (Note:Unit prices forms itenn.all extensio:ns,and total amount of bid shall be shown. tinter unit prices in nutterical figures only in dollars and cents.i.c.to two(2 decimal places(inctiding for whole dollar atnosottst.All figtres n est he clear!) legible.Bids with illegible figures will be rejects[as unresponsive.It is recommended tat all figures be typed ansi ter► not hand-written However.i!is no a requirement that figura s be t:,}ted.Bidders who suhtrrut Land-written bids will be requested,but not required to provide t)ped version of their bins w Akin twee;)-four 24 t hours obed opening its order to expedite review,tabulation and analysis of bids h) the Cit) to determine lowest responsive.respotsiblebiddcr--i ar EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM ari - 1. Unexpected Site Changes(1-04) 1 FA $ 15,000.00 $ 15,000.00 2. Construction Staking(1-05) 1 LS $ L $ 3. SPCC Plan(1-07) 1 LS $ 1000 $ 1000 dig 4. Mobilization(1-09) 1 LS $ ?Tjt WO— $ 701 a)..- Project Temporary Traffic Control 5• (1-10) 1 LS $ 'apt00a— $ 100 t'i)d0— 6. Sawcutting (2-02) 678 LF $ 8-- $ 511" ar 7, Remove Curb and Gutter(2-02) 582 LF $ ., $ 11,(0410 Remove Cement Concrete 8' Sidewalk(2 02) 479 SY $ ��- $ q 17-t \33- Remove Cement Concrete 9' Pavement(2 02) 56 SY $ $ ` - — 10. Crushed Surfacing Top Course(4- 219 TON $ ._.. $ 6570, i t Pavement Repair Excavation Incl 500 SY $ $ Haul (5-04) 15- ,rr 12. Planing Bituminous Pavement 36178 SY $ $ (5-04) -0--1 ,arHMA for Pavement Repair Class _ lQ 13. h" PG 64 22 (5 04) 144 TON $ Ips $ l \ 00 14. HMA for Prelevel Class'h"PG 64- 100 TON $ 22(5-04) �� taco- atr 15. HMA for Overlay Class 'A" PG 64- 4533 TON $ 22(5-04) $ t�� '- arr ser Page 17 Schedule of Prices Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www bxwa-com-Always Verify Scale a. rr EXTENDED DESCEMMON OF ITEM APPROX IRTIT 'JAMIE NO. (SPEC1 lCATIONN RACE) QUANTITY MIS PRICE FOR ITEM rr Cement Concrete Pavement 16. 20 CV $ ";516- $ 7930- t5 ' die 17. Adm Martole(7-05) 23 EA $ 560-- $ 11,15 18. Adm Catch Basin(7-05) 9 EA $ SCO- $ 1185C0'- ]11111 18 0 r 19. Adjust Water Valve Box(7-12) 19 EA $ Lipp- $ ErosbnlWater Pollution Control(8- 20. 01) 1 FA $ 10,000.00 $ 10,000.00 Cement Concrete Traffic Curb and 21. Gutter(8-04) 582 IF $ �� - $ 22. Cement Concrete Pedestrian Curb 298 LF $ 41-0 $ 5160- (8-04) Rai23. (8-09) 6107 Pavement Marker Type 1 s 6107 EA $ ( , ) $ CIR0049,3 24. (8 sed Pavement Marker Type 2 731 EA $ '7j, $ glt 6D 25. Adjust Monument (8-13) 11 EA $ 1).46- $ 15- s 26. Cement Concrete Sidewalk(8-14) 260 SY $ 1‘5- $ Cement Conc Curb Ramp Type ida 27' Perpendicular(8-14) 6 EA $ '700- $ '- - 28. Cement Concrete Curb Ramp 11 EA $ $ Type Parallel(8-14) (1 `J v�t-� "" Cement Concrete Curb Ramp1 2 29. Type Single Direction(8-14) 1 EA $ t?)5 $ 30. Traffic Signal System (8-20) 1 LS $ Sot - $ go)000 31. Adjust Junction Box (8-20) 4 EA $ t 6D- $ (000- 3 32. Conduit Pipe, 1"Diam. (8-20) 300 LF $ 'S $ - rr 33. Apply ply Non-Skid to Utility Cover(8- 8 EA $ .. $ 34. Permanent Signing(8-21) 1 LS $ 111 ObT^ $ p_tOpp.- 35. Remove Existing Pavement 1 LS $ $ - Markings(8-22) � 36. Plastic Traffic Arrow(8-22) 53 EA $ 9 $ 0- EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 111111 37. Rest::Crosswalk Line(8-223 1589 SF $ ??I D $ 699t.'.0 38. Poastc Stop Line (8-22) 499 LF $ tc" $ --41Ct`t 39 Temporary Pavement Marksngs 8- 16770 LF $ $ TOTAL BID AMOUNT $eigi(3 • rr x R�4iilt© Proposal�-Signature Page By signing below,Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Ant Addendum Addendum No. No. ii Date of Receipt Date of Receipt .r 1 [ } 1t 1' 3 2 4 •• NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below,Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 1 Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and mg Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. ANL The Surety Company which will furnish the required Contract Bond is 2233 -01-1‘• gfti ,JL PJ LLEtm`cl (Name) (Address) An Bidder: 1--4-i - .51 bre InibvcsnAts Signature of Authorized Official: S " 4.44, Printed Name and Title: &- P1oN (146 Address: 0130E3 ZS 'c - COkhA(U-PIJ a.ti,/'F `15012- ore Circle One: Individu I Partnership/Joint Venture/ State of Incorporation: J))4- orporation rr Phone No.: (p'a-4 Date: 1 ) - 18- i This address and phone number is the one to which all communications regarding this proposal should be sent. air Ast e , City of Renton Business License U elti# WA State Contractor's Registration# S I*'1-1 41 e• UBl# (io -- tote- 8341 Industrial Insurance Account It 100 1- Employment Security Department ft 1(5 4`)f)-—oxt5 State Excise Tax Registration 11 , 076.16;51 41111 DONS# me NOTES: 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$0-no charge 0r Air Aff :.r ar► Lakeside Industries, Inc. AUTHORIZED SIGNATURES -KENT Division- al. List the name and title of those individuals in your organization who are authorized to execute proposals, contracts, bonds and other documents and/or instruments on behalf of the as organization. Specify if more than one signature is required. Note: Signature must appear next to name. Me NAME SIGNATURE TITLE rr DENNIS, ROB f DIVISION MANAGER NICKEL, CRAIG PROJECT MANAGER MO s The undersigned, being duly sworn, deposes and says that the foregoing is a true statement of facts concerning the individual, corporation, co-partnership or joint venture herein named, as of the date indicated. LAKESIDE INDUSTRIES, INC. (,Name of Firm,he exact) Lai �` _-•—�-�'-'--�- (Aut i',a z'nmture(c)) — Sworn to before me this ( '7� 2.t/ � � _ ,20 141 `.��NNG w:..S ri((Cr. ,�� MN (A) p p:q1 ��AGrn S Notal Pulic . ,,,,,,r, GQttt • i�J �d 1///, W. . ..• G� /i/ttt Ama S�H� 02/21/i4 PQaI7 KENT ir wr Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. 1111 NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 . That the undersigned 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 ism The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated A" confidentially and caller anonymity will be respected. 1111 CCT Form 272-336H EF Revised 5/Ce r de 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 „r„ 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 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. ars (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. 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. 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 $100,000 and that all such subrecipients shall certify and disclose accordingly. .r Local Agency Disadvantaged Business Enterprise Utilization Certification To be etigihte tor awazd rd this contract the odder nut hi out and srtxri,as part of is tad,papas*the folowirg Disadirardaged Business Enterprise Utireation Certification relating to Disadvantaged Buiribess Erterprise requirements The Contracting Agency strap consider as non-responsive and steal reject any lad proposed that does not contain a IJth Certification mach puperdy die demonstrates that the bidder wit meet the Df requaerner s in one of the manners provided for in the popased cortrad The Bidder must sitar*good faith effort docxmertation=Erin Me event the bidder's efforts to sotic t si nt DBE particiption has been unsucoesskil The successful bidder's Disadvantage mss Era erpiise LtilizabonCerldtation shall be deemed a part of the reading contract #ren on centred ferns is evadable from OtAWBE,tielephone 330-664-9750 or Toll Free-1-866-208-1064 bk 9 ,L Lade-- certtfies that the Disadvantaged Business Erterprise geE) IBox n rme a Wader Firms tamed below have been contacted regarding pertiapabon on this project athis bidder is successfit on this project and is awarded the contras t shall assure that subcontracts or supply agreements are executed with those firms where air'Amotvd to be Applied Towards Gerar is listed (It necessary,use addbonal sheet) Coiam 1 Colic 2 * Cokinn 3 Cdiien 4 `* Project Role Amount to Name of 138E (f►arr,e,Joint dtowre,SubcontraDescription of Work be Applied Certificate Number aaart � t,' br Towards Goal DAF 039 t 4Aots , s v�r� min 3 +rn 4. 5 6. err 7 B �. 9 10. +wr Disadvantaged Business Enterprise SubcontractingGoal t, �^ DBE Total$ O\ SOO -- 9 P t �Ot�l• �� 4 rr Box 2 Box 3 * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity.Wash State Dept of Transportation,c,r,eac contract ** See the section"Crediting DBE Participation Toward Meeting the Goal'In the Contract Document err *** 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. Participation in excess of the goal amount will be considered voluntary or race-neutral participation sir SR DOT Form 272-056A EF 07/2011 arrr FROM : FAX t . : De 18 2014 01 :55AM P2 ar air arr Local Agency Disadvantaged Business Enterprise (DBE) Written Confirm on Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project '" consistent with the information provided in the bidder's Disadvantaged Business Enterpsiw Utilization Certification. .10 Contract Title: qh, �y �Cc Bidder's Business Name: L'1`CE51 DBE's Business Name: ar DBE Signature: o _ aw — DBE's Title: gar Date: gie 'r The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection_ See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: _ ,�—. l `C i E s . OC.)to be Applied Towards Goal: C\\ ���� ""' SR DDT Forth 422-031A EF 07/2011 air 4.0 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. Contract Title: &KAL' A - DVai L_#47 Pkv c t Bidder's Business Name: (4 rDi xA/6 /NC IMO 7, DBE's Business Name: C � E �n <ipe)11-- DBE Signature: (#2,„syx, Z./ DBE's Title: r, 2-1 Date: !a The entries must be consistent with what is shown on the bidder's Disadvantaged Business .w Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: --M,(r,4 /tJ (r. Amount to be Applied Towards Goal: At t 0CC) •40 C° 0.0 SR DOT Form 422.031AEF 07/2011 torr ar 40 Proposal Bid Bond 44 Lakeside Industries, Inc- KNOW All MEN BY E PRESENTS,That we,(Contractor) ar of ) 1880E SE 256th Street, Covingtco, UA 95042 as Principal„ and( )Travelers Casualty and surety Company of America a corporation duly organized under the laws of the State of Connecticut , and authorized to do business in the State of Washington.as Surety,are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of whirl,wed and truly to be made.we bind ourschves,our heirs,executors,administrators and assigns,and successors arid assigns,jointlyand sever*,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following highway construction,to wit SW Grady Way Qverlay Project said bid and proposal,by reference thereto,being made a part hereof. 40 NOW,THEREFORE, R the said proposal bid by said Principal be accepted,and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. uor IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 16th 440 day of December 2014 Lakeside Industries, Inc. Travelers Casualty and Surety Company of America [Principal] (Sure I [Signature authorized official] (Signature of authorized official 40 e �'WY' e' B Susan B. Larson 11(Title] [Attorney-in-Fact] 2233 112th Ave NE [Address) lir Bellevue, WA 98004 40 4 er] ma 4W MW .r ROWER _ �...f� WARNING•.THIS POWER OF ATTORNEY,S INVALID WITHOUT THE RED BORDER +wr POWER OF ATTORNEY TRAVELERS.f Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company i919 Fidelity and Guaranty Insurance Underwriters.Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paid Guardian Insurance Company Attorney-In Fact No. 228321 Cat eI". 006011357 KNOW ALL MIN BY IBEEE. S:That Faaningson Casualty may.St.Paul Fax and Marine Insurance Company,St.Pad Guardian human= Cbrupimy.St.Pad Manny Insurance Company,Travelers Casualty and Surety Company,Travekts Casualty and Sunray Company of America.and United States fiderny and testy Company are corporations duly orgmlizol under the laws of the State of C e tiicat,that qty and Guaranty Insurance Company is a carporatioa duly captained ender the laws of the State of Iowa;and that Fidelity and Guaranty my Insrance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wiscoesir thereby collectively called the'Commies",and that the Companies do hereby make,constitute and appoint ma Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Halm,Jana M.Roy,Scott McGilvray,Minden Rankin,Ellen Bell,Tun Hamlin,Ron Lange,John Claeys,Roger Kaltenbach,and Guy P.Armfield ars of the City of Bellevue State of Washington ,their true and lawful Attorney(s)-in-Fact, rtI each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds.secognizances,conditional undertakings and other writings obligatory is the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th Jay,of August 2014 4. Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance_Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America arc St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company �9b v�O b�'.y•k} , ,.•l.l'„ 440.1 FNF 0.^y EtI'S:tNSV 40.1Y 4t0 ,011"44). �Y� trl 447 AMA ii;44444rgrxdi'la264 � elaAr6M11 � mompina) S1,�.cut 1951 '21 6.; 18 6 FryFANLf� CjS. Mnb '�•f�� F# J,l(+ a M ANI aIM / State of Connecticut By: nr City of Hartford ss. Robert L.Raney, enior Vice President On this the 6th day of Aue„ust 2014 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. cul C'aTET ..— In Witness Whereof,I hereunto set my hand and official seal. {*A ..4414:(113Z-0+ drla My Commission expires the 30th day of June,2016. * �G * Marie C.Tetreault,Notary Public OTO me 58440-8-12 Printed in U.S.A. WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER cur l ei THIS POWER OF ATTORTSMY IS INVALID WIT•f;°UT THE RED BORDER This Prower of Attorney is granted and!r and by the aatiscat°y al the feliewit restiteintr3 attap4 .1 b. :e Boards of Directors of Fan ingtan Casualty Company,Filelity and Gilmour 1<nxtttance Company.Fidelity and Gnat/arty Ririe th dei-naam.s.Inc„St.Paul- and Manor insurance Company.St..Paid Guardano Insurance ;St.Pact]Isfermay theranice Compaos.Tsavekr Casualty and Saar Company.Tame:: -Casualty and Surety'Company of America.,and t3sti+.ed Stales Fatlefts and Ouarasay Crampais,,-which otsehrtionsotic um at fill force aid effect.remliag,as follo tilt INFSIOLVED.dna the Qknanan any Vag Chairman.any Etectaive Virg Pa ader,: •.Ry Seng Vim thesidemany Vitt Pretadent,any Second kine Paesident,the'Treasurer,lar.AmsaantTuastina.dr Cin for to Secretary or any As e a on y appoint Attorneys.in Fan and,peri to am forand on be lsa)f of the Congos and may gt',e eel alp.knee salt aaalrerag as las: r k :etsdi:at •.f.=alfa city may IiesciThe to sign With the %naswr and seal a:it:11 the ; COBliiaalyartys seal bated,atioagaitaaz.comas of tudernatty.and mho a t»:ohleantor 1-.the name of a bond,recognisance.,or conditionalorode ling.aril any et sed(Armen or the Hoard;_Dares-at an tart.:ma moo. :.sa nab mid r v4.e the power given him or her.and it is FURCIlint RILED,a3,at 'harem the Nei&hat, Vs t)1v, e a. E :•;:'se Vag President,any Senior Vice Pres dent or any%lure Peed=may delegate a 11 xar ar-pan of die:angora.. animas to one or taxon o F..-. or .,fs s.. s o t .Conspamy.,presided that each such dckgammtra ts in wasting and a copy rs filed in t �e of the Secretary;a it h is ; FURTHER RESOLVED.tlt:a arty bond,recogom a.<3ce,mama:it of Merv,-.ty or v:ruing,,Idss;ato y as the nature of a bond,recognarance.or conditional tsmderrak Shall be s a d aad biattnn won the C:oapaey V,,breo -teed by tit.:Pi:stad.et an.Vi : 'hat;run.any Elegant-Vice Pres/deta.any Senior Vice President orany Vitae IN Reddest.any Second Vi a President.tb<=Treasurer at.,Assista a Tr.':>o. ah 'oaapo aa.- z,,='tinny or any Assistant Secretary and duly attested and sealed nab the Conthar's seal b``a Scattier:or Aso:turt Sc,-reta (b)duly es::_nt::-d urd -eat if ineta a+ed)by one or more Attottteysin-Fact and Agents memo to the power pescathed in iii.,or her sondem or tear c:-ttrf>:n:s of arida.tit_ or or n, Co::;pany officers pursuant to a written delegate of authority and it is oral FURTHER RESOLD EIy_th=^.t the -.animate of enc: o'the foil-ant f t., s Pr t •t secartise Vice President.any Senior Vice Plesident.am Vice President any Assistant Vie:Pte-ident,an, Sri-t:-tary.any frit:at Sem tut a a -. .-:tprny nu) be affixed by La:sun&to any Puwvea of Attorney or to any certificate relating thereto appointing Re;ident Vice Pr sadenas,Re<idens A .tart x rxan.s.r Auomeys-an-Fact for purposes only of executing and attesting bonds oar and undertalisgs and other writings oblig.teey in the nature-thereof.,nd an u:h Po-cr.;! rr ,uoey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upas the Comp..n. and an such posers :ser t at.'. rti i rd b such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to an bond or under tandin!t t hs h it i. eta shed I.Kevin E.Hughes,the undersigned,Assistant Se.~r:tary.of Fant ins:n Casa'1- C pin Fidelity and Guaranty insurance Company.Fidelity and Guaranty Insurance dada Underwriters,Inc.,St.Paul Fire and Martin lnsuran. Compton St Paul Gu than: Insuran:e i Ptsotttparty.St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casuah1 and Suret)Company of Amari.a and rated State,Fid.-lily and Guaranty Company do hereby ceitify that the above and foregoing is a true and correct copy of the Power of nom q•cuted', ,t : -pati :. s h II force laid effect and has not been revoked art • t� ` 714 -.1:1(..C.12,-",....63.71, �y IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 1 clay of �^ 'Y ,20 art Kvvir.F.Hughes,Assistant Sec tary arta t _exit • p�soq, r (�.4.. sGti. Je 40 ..ma , ,.' ..r, e,'SY 44 0:9 1;82 :`MLCaT,= _ ;rC�R�,,,"4qua\1 w oars°uta n Z 1977 t lar Nz�rc: - arena„r+ a` ars r 19$1, s '� EaL.o2s i a .; ry h855 4* f • the authenticity of this Power of Attorney,call 1-800.431-3880 or contact us at wu cc a;e':crsbond.corn 1'!e°a< e'e :0 t`v.Attorney-In-Fact number,the named individuals and the details of the bond to which the poaser is attached. aaa air err tan err WARNING THIS POWER OF ATTORNI-v I5 INVALID WITHOUT THE RE :•RDER rear Local Agency Name • ketnorkiLocal Agency Subcontractor List Local Agency Address • arg 1.051 S G- eTt-DY Prepared in trxertailance traih RCW 39.3aasnasamended RE1,8051 To Be Submitted with the Bid Proposal Project Name ¶W & fkiN1 vary 04/ A-y e,,® c' Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW, and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW,and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s)name. a To the extent the Project includes one or more categories of work referenced in RC1NL'i9_.31060,and no . • - . 1 ' 0 . . . :. . .1 I . 1 . . . . • . 1 I . 1 , . . , a S , performed by the bidder itself, or(ii)be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name 'r+1 RIC— Work to be Performed eL_tC-' .f Subcontractor Name Work to be Performed rr Subcontractor Name Work to be Performed Subcontractor Name .... Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR me DOT Form 271-015A EF Revised 08!2012 a IV. CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED ANND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN(10)DAYS FOLLOWING THE NOTICE OF AWARD. sit silt in rr� I is Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rrr PUBLIC WORKS PAYMENT BOND To City of R ail;„ WA NaBand 106215945 OM TiteCityOfRenton.illfa�on( rty)trasawardedto Lakeside Industries, Inc. (PrP A a oorart for the conStruntiora of the project desk as WN Grady Way Overlay Project. Project No.CAG-I4-042 in Reitan,Washiagtrin (Ceriaci,and said Principal is sequined tomer the terms of that Contract to furnish a payment bond in accord wth Tillie 39.08 Revised Code of Washington(RCW)and(where applicable)60.28 RCW. Travelers Casualty and Surety Company The Pring.and of. Amer i a-----___.--- ---(Surety),a corporation organized ureter the laws of the Slate of Connecticut and licensed to do bo iness m the State of Wastitegtorr as - surety and named in the corral list of`Surety Companies Acceptable in Federal Bonds as published in the Federal Register by the Audit Staff Bureau of its,U.S. Treasury Dept,are jointly and severalty held and firmly toted to the City in the Eight Hundred Forty Seven Thousand 847,338.50 Surra'O:fThree Hundred Thirty Fight and 40/1 nothe,US,i)otlars($__ _____.--_------.----..___. ) Total Contract Amount,subject to the provisions herein, wii This statutory payment bond shall become null and void, If and when the Principal, its heirs, atecutors, admiristrators, successors,or assigns shall pay alt persons in aceordance with PCW 39.08,39.12,and 60.28 including aft workers,laborers, milt mechanics,subcontractors,and rnateriatmen,and all person who shall supply such contractor or subcontractor with provisions and supplies tar the tanying on of such work,and all taxes incurred on said Contract under Tales 50 and 51 RCW and al taxes Imposed on the Principal under Title 82 RCW;and if such payment obligations have not been fulfiiled,this bond she/remain in full force and effect ow The Surety tot value'received agrcgc that no change,extension of lime,alteration or addition to the terms of the Cortiract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any changes,extension of time,alteration or addition to the terms of the Contract its or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond maybe executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety. Lakeside I dustries, Inc. Travelers Casualty and Surety Company PRI 'L StJRETYof America n � 2/11/2015 2/11/2019 Principal{ ature Date Surety Signature Date t /pX k.)J1`S.�-pa 2/11/2015 V,` '\Nv Susan B. Larson 2/11/2t'15 AM Printed Name Date Printed Name Date (T -- Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Parker, Smith & Feek, Inc. 2233 112th Ave NE, Bellevue, WA 98004 MO 425-709-3625 Approved as to form: me Signature _ — Title Date DOT Fore 272-003A EF 08/2012 Iii Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER rw 4 4111116. POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America AM St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ir1 Attorney-In Fact No. 228321 Certificate No. 006011374 rM KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States ilk Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint irk Deanna M.French,Jill A.Boyle,Susan B.Larson,Scott Fisher,Elizabeth R.Hahn,Jana M.Roy,Scott McGilvray,Mindee Rankin,Ellen Bell,Jim Hamlin,Ron Lange,John Claeys,Roger Kaltenbach,and Guy P.Armfield of the City of Bellevue ,State of Washington ,their true and lawful Attorney(s)-in-Fact, IS each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. its IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of August , 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company UI.SU,� 1't 1I ",FIRE 04� RN lys +1•„rNs .,,. p�tV AN0 SYq YID._ 2 (�� `� ; M1 ErF 4051 A* O °P'P ' 41:414t P rCpR FORA>'�i �4. ........... • S n INCORPORATED. r e 0.POAT.%01 m � m WitA f• - r.7 1982 O '^ h.ra r,; - Z: -._ °; a HARTFORD, tHAfiiFORD, ; ycr ,a g ' 1951 �� •�`g coHH. 3 ' • EAL,,oI t.SEAL.�a° tee •f�+� s� c° ....: off his• • a ... t+' 1`'g^ n fS • ..: a • t� �3lAIN/Am State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President nn On this the 6th day of :1st 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IS In Witness Whereof,I hereunto set my hand and official seal. *TAR t W w" C • VV� My Commission expires the 30th day of June,2016. * PUMA * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. wr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the �,LL' Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any wl of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy *I thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President.any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. 5 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this l day of r 20 Kevin E.Hughes,Assistant Sec tary Q 4 tft..,"E4,�`•4.+��P� �er .:IN,rGY�sv+t (V:;;;;; �WL1.Ps�P4PORAg.:C 4 ( Pp�Tv gNaOS m [ Cp 0 I ttD :LOry4' 1w1Fi982II Q S HARTFORD,• e 951 or- Q.% SEALcoHN. ,o a x1 coye c `1. �ZY't't'b yt -. A� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact nmber,the above-named individuals and the details of the bond to which the power is attached. a WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER +tri PERFORMANCE BOND To City of Renton, WA Bond No 106215945 MN Lakeside Industries, Inc. The t'-ty of Rer#ton.W ashr,�ccxr(L�y)has awarded 30 -. _. (Ptd).a contract for the construction of the pniect derated as SW Grady Way Overlay Project. Project Na. G-14-042 in Renton.Washington (Contract),art saki P r paz is reepired under the terms of that Contract to banish a bond ter performance of alt obligations under the Centrad Travelers Casualty and Surety Company The Prn of America Su �uFxel,aril _...-----------.--.._-_----.—__-__--(Surety).a rxxporatrors osgarirzed undathe laws of the State of Connecticut -- and licensed to do business in the State of Washington as surely and named in the current fist of'Surely Companies Acceptable in Federal Bonds`as published in the Federal Register by the Atzlit Staff Bureau of Accordats,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City,in the Eight Hundred Forty Seven Thousand 847 338.50 '.sum eiThree Hundred Thirty_ Eight_and 50 100thaUS Dollars($___.__ _-___—_ ) Total Contract Amount,subject to the provisions herein. This statutory performance bond shall become null and void, if and When the Principal, its heirs,executors,administrators, succeocors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill ail the terms and conditions of all duly authorized marlifcafions,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;and if such performance obligations have not been fulfilled,this bond shalt remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract.the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any changes,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically Increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety. Travelers Casualty and Surety Company PRIG _ - Lakes'. • ndustries, Inc. SURETYof America 2/11/2015 2/11/2015 Pri_• 1 '•nature Date Surety Signature Date 14JOUi_,'7-0A 2/11/2015 Susan B. Larson 2/21,'2013 Printed Name Date Printed Name Date GI V 1'A & cQrtC,ti% Attorney-in-Fact r Title Title Name,address,and telephone of local office/agent of Surety Company is: Parker, Smith & Feek, Inc. 2233 112th Ave NE, Bellevue, WA 98004 425-709-3625 • • •,-• _ • • ,. 11111 Signature Title Date DOT Form 272-002A OF 03/2012 ON rtr Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see wnwv.bxwa.com-Always Verify Scale • Wit '41'°"°..°1°.akie%,°ft® • MIS CITY OF REM ON FAR.PRACTICES POLICY AFFIDAVIT OF COMPLIANCE rn // tAfKESsn e , =NA._ Hereby confirms and declares that: (Name of contr sahctantractor'cansuitant) err I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race;religionlcreed;national origin;ancestry;sec;the presence of a physical sensory,ornamental disability;age over 40;sexual am orientation or gender identity;pregnancy;I /,SID and Hepatitis status;use of a guide dog/service animal; marital status;parental/family status;military status;or veteran's status. aur II. The above-named contractor/subcontractor/consultant complies with all applicable federal,state and local laws governing non-discrimination in employment. ■r III. When applicable,the above-named contractor/subcontractor/Consultant will seek out and negotiate with minority and women contractors for the award of subcontract, Print Agent/Representative's Name (,aAirjy,-LT 'nAi i STiL*t-e(� Print Agent/Representative's Title an Agen , esentative's `f gnature err 2.1////6 Date Signed rr� Instructions: This document MUST be completed by each contractor,subcontractor and consultant. Include or attach this docuinent(s)with the contract. rrr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale MIN AGREEMENT CONTRACT NO. CAG-14-151 THIS AGREEMENT, made and entered into this I I day of �— ' 'y , 20 15 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Lakeside Industries, Inc., hereinafter referred to as "Contractor." Now,therefore the parties agree as follows: 1. Agreement. This agreement consists of all parts as defined in Section 1-04.2 of the Washington State Department of Transportation, Standard Specifications for Road Bridge and Municipal Construction, 2014 and as amended in the Special Provisions of these Contract Provisions. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled SW Grady Way Overlay Project, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of as the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and rr equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Proposal. as 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. mosw Jim SW Grady Way Overlay Project Agreement February 2015 101 IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON Ar-3 ,F)tit4c....y14(qs(.:_l/edi'nt'/Part.- ner Denis Law, Mayor •• ATE T 01111111111% fRE ,VN •‘•••• %.1,L 40 _-4 IAI t. Sec-Fetery, Jason Seth, Ci lerg SEAL *V d/b/a AKS/DE /' yo- CS , `1-;;,,. • _4(53-.& • TED st,T• r (Firm Name) check one 71 Individual 0 Partnership x Corporation Incorporated in Washington Address for giving notices: Address for giving notices: Public Works Transportation Division Lakeside industries, inc. PO. Box 7016 1055 S. Grady Way as Issaquah, WA 98027 Renton, WA 98057-3232 Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the 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 mi and made a part of the contract document. If the business is a PARTNERSHIP,the 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 the business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. SW Grady Way Overlay Project Agreement February 2015 *CK 141cCA- Zt- R t t% City of Renton. Human Resources&Risk Management Department 40 Insurance Information Form FOR: .,. PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coveragesli nits specified in [] Yes [] No contract? Are the following coverages and or conditions in effect? Q Yes [] No The Commercial General Liability policy form is an ISO 1993 [] Yes Q No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly, identified) m. CG 0043 Amendatory Endorsement provided.?* ❑ Yes [] do General Aggregate provided on a"per project basis(CG2503)?* [] Yes ❑ No Additional Insured wording provided?* [ Yes D No ar Coverage on a primary basis and non-contributing basis?* 0 Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No wr Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No Notice of Cancellation%Non-Renewal [] Yes [] No amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* iro 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 "nw 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. mok Agency/Broker Completed By(Type or Print Name) orb Address Completed By(Signature) dio Name of person to contact Telephone Number NOTE: THIS QUEbt7ONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE gio �gur Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r A D iiiCERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 02/11/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES Am BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the - certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME Parker,Smith&Feek,Inc- PHONE 425-709-3600 ( F'4% 425-709-7460 2233 112th Avenue NE {LCANO..Ext)__.- — IAM.Ns)_ �_..__.. E-MAIL Bellevue,WA 98004 ADDRESS:_ INSURER(S)AFFORDING COVERAGE i NAIL a INSURER A: Zurich American Insurance Co. INSURED Lakeside Industries,Inc- INSURER e; National Union Fire Insurance Co.of atr P.O.Box 7016INSURER C: Issaquah,WA 98027 INSURER b: INSURER E: INSURER F: I WI COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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, gm EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADDL SUBRiPOLICY EFF ' POLICY EX? LTR i TYPE OF INSURANCE INSR.MD 1 POLICY NUMBER (MMIOD/YYYY) (MMIDD/YYYY) LIMITS A 1 GENERAL LIABILITY 1 GLA399263010 6/1/2014 i 6/1/2015 EACH OCCURRENCE $ 1,0.0.0,000 I X COMMERCIAL GENERAL LIABILITY X X I DAMAGE TO RENTED _- $ - ; PREMISES(Ea occurrence) 300,000 OW i I CLAIMS-MADE I X,.OCCUR � I MED EXP(Any one person) $ , I 10 000 I__ — __–____ ___.._ I j PERSONAL&ADV INJURY $ 1,000,000 I ! iGENERAL AGGREGATE !$ 2,000,000 half , GEN'L AGGREGATE LIMIT APPLIES PER: I 1 PRODUCTS-COMP/OP AGG L$ 2,000,000 • POLICY X 1 JE X; LOC 1$ A AUTOMOBILE UABIUTY GLA399263010 6/112014 6/1/2015 (Ea I COMacBdINdeEnD 8 SINGLE LIMIT 2,000,000 X 5 ANY AUTO ! I BODILY INJURY(Per person) $ aie ALL OWNED i SCHEDULED I ' -.– AUTOS AUTOS [ BODILY INJURY(Per acc dent)!$ I NON-OWNED PROPERTY AMA HIRED AUTOS . 1 AUTOS i I PROPERTY DAMAGE $ �--I• ; I (Per accident! 1 —I$ UMBRELLA LIAB 1 I BEI1665582 EACH OCCURRENCE $ 1,000,000 IN B X OCCUR 6/1/2014 6/1/2015 X EXCESS LIAR CLAIMS-MADE X X AGGREGATE $ 1,000,000 1 i DED 1 X 1 RETENTION$ 10,000 • A WORKERS COMPENSATION GLA39926301 O WC STATU- X 0TH- $ AND EMPLOYERS'LIABILITY ;6/1/2014 6/1/2015 .TORY LIMIL$ FI; art "'WA State Stop Gap Only E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ry in NH) OFFICER/MEMBER EXCLUDED. --- —_--- (Mandato E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 • • ata • DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) +rrt LI Job No 125004-Project CAG-14-042-SW Grady Way Overlay Project.City of Renton and its officers,officials,agents,employees,and volunteers are included as Additional Insured and coverage is primary and non-contributory regarding General Liability per Endorsement U-GL-1175-F CW 04-13 attached; regarding Excess Liability per Endorsement 33 attached.Waiver of Subrogation applies regarding General Liability per Endorsement U-GL-925-B CW 12-01 attached;regarding Excess Liability per Endorsement 60417 5-94 attached. art CERTIFICATE HOLDER CANCELLATION art SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Renton ACCORDANCE WITH THE POLICY PROVISIONS. ailAttn:Paull Sulky-HR&RM 1055 S Grady Way AUTHORIZED REPRESENTATIVE Renton,WA 98057 J bkv-"------- 1 `NAI .0 ©1988-2010 ACORD CORPORATION. All rights reserved ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD r® r■ s 0 Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors 11111 Policy No, Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Addy.Prem Return Prem. 411111 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): err This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage"or "personal and advertising injury"caused, in whole or in part, by: ari 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law;and rr 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage"or"personal and advertising injury"arising out of the rendering of, or failure to render,any professional architectural,engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or mis b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence"which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04/13) Page 1 of 2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— AIM Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by wr another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: rr 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance sr This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: .. a. The additional insured is a Named Insured under such other insurance;and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. „ 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense,claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a Add written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement ■r showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A.of this endorsement;or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. rr U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. .rr Waiver Of Subrogation (Blanket) Endorsement policy No. Eff Date of Pol. Exp. Date of I Eft Data of End. Producer Addl.Prem Return Pram THIS ENDORSEMENT CITAINTGES TUE POLICY. PLEASE READ rr CAREFULLY. This endorsement modifies insurance provided under the: as Commercial General Liability Coverage Part as The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: se If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from others,we agree to waive our rights of recovery. This waiver of rights shall not he construed to be a waiver with respect to any other operations in which the insured has no contractual interest. la mrs 110 ENDORSEMENT NO.33 This endorsement,effective 12:01 AM: June 1,2014 Forms a part of policy no.: BE 11665582 issued to: LAKESIDE INDUSTRIES, INC. By: NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH,PA. Commercial Umbrella Policy Form Additional Insured Endorsement-- Primary and Non-Contributory air This policy is amended as follows: Section IV, Definitions, Paragraph E.,is amended to include the following additional provision: Insured means: AO Any person or organization for which you have agreed in a written contract that such person or organization is an additional Insured on your policy, but only if such person or organization is included under the coverage provided by the policies listed in the Schedule or Underlying ra Insurance. Such person or organization is an additionai insured only with respect to liability arising out of Your Work at the location designated. This provision does not apply to liability arising out of the sole negligence of such person or organization for its own acts or omissions or those of its employees or anyone else acting on its behalf. Coverage afforded to these additional insured parties, only if required by written. contract, wilt be primary to, and non-contributory with any Other Insurance purchased and issued to that person or organization. Section IV. Definitions, is amended to include the following additional definition: Other Insurance means a valid andcollectible policy of insurance providing coverage for damages covered in whole or in part by this policy. ar. wr All other terms,definitions.conditions,and exclusions of this policy remain unchanged. .. all Christopher G.Kamer Authorized Representative nr en.intarvinnat.trn r%uharati ri nhtir.rt by Inuit aft 40 ,,, ENDORSEMENT No, 27 This endorsement,effective 12:01 AM: June 1, 2014 Forms a part of policy nets BE 11665582 issued to: LAKESIDE INDUSTRIES, INC. w By: NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. WAIVER OF SUBROGATION In the event of any payment under this policy for a loss for which you have waived the right of recovery in a written contract entered into prior to the loss, we hereby agree to also waive our right of recovery. +r+' This waiver shall only apply with respect to a loss occurring due to operations undertaken as per the specific contract in which you waived the right of recovery. +w w .rr Yr .r Nr All other terms and conditions of this policy remain unchanged. Christopher G.Kopser Ales AUTHORIZED REPRESENTATIVE 60417(5/94) AH0166; Re ew Statement of Intent https://secureaccess.wa.gov/lni/pwia/ViewIntent.aspx dli Intent Details for Intent Id: 678945 Document Received Date:2/12/2015 Intent Id:678945 Affidavit Id: Status:Submitted On 2/12/2015 Company Details LAKESIDE INDUSTRIES INC UBI#: 601106847 PO BOX 7016 Reg#: LAKESI*274JD ISSAQUAH,WA 98027 E-mail: doug.s@lakesideind.com 425-313-2600 Industrial Insurance Account Id: 70022700 Filed By Stillgebauer, Doug Prime Contractor Company Name LAKESIDE INDUSTRIES INC Contractor Registration No. LAKESI*274JD WA UBI Number 601106847 Phone Number 425-313-2600 Project Information Awarding Agency RENTON,CITY OF 1055 S GRADY WAY RENTON,WA-98055 Awarding Agency Contact ROBERT M HANSON Awarding Agency Contact Phone Number 425-430-7242 Contract Number CAG-14-042 Project Name SW GRADY WAY OVERLAY PROJECT Bid due date 12/16/2014 Award Date 2/5/2015 Project Site Address or Directions Intent Details Does your company intend to hire subcontractors to perform all work? No Does your company intend to hire any subcontractors? Yes Will your company have employees perform work on this project? Yes Do you intend to use any apprentices?(apprentices are considered No employees.) as Will this project utilize American Recovery and Reinvestment Act(ARRA) No funds? Specifically,will this project utilize any weatherization or energy No rr efficiency upgrade funds(ARRA or otherwise)? How many owner/operators performing work on the project own 30% 0 or more of the company? as What is the estimated contract amount?Or is this a time and materials $847,338.50 estimate? Expected project start date: (MM-DD-YYYY) 5/1/2015 "r In what county(or counties)will the project be done? King Jill of 2 2/12/2015 7:54 AM Re 'ew Statement of Intent https://secureaccess.wa.gov/lni/pwiaNiewIntent.aspx In what city(or nearest city)will the project be done? RENTON Journey Level Wages County Trade Occupation Wage Fringe #Workers King Flaggers Journey Level $25.79 $10.38 5 AV King Laborers General Laborer $32.29 $10.38 3 King Laborers Raker-Asphalt $33.62 $10.38 2 King Power Equipment Operators Motor Patrol Graders,finishing $37.84 $17.40 1 silt King Power Equipment Operators Roller,Plant Mix Or Multi-lift Materials $36.93 $17.40 2 King Power Equipment Operators Spreader,Topsider&Screedman $37.84 $17.40 3 King Truck Drivers Dump Truck(W.WA-Joint Council 28) $31.74 $17.27 3 King Truck Drivers Dump Truck&Trailer $32.58 $17.27 3 Show/Hide Existing Notes --On 2/12/2015:-- 125004 410 I ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. 011 • ilii ari 00 �lrl illlff sir 0. wr 11.12 of 2 2/12/2015 7:54 AM rr V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS • on �., FWVA-4273_. Revised May 1,2012 PEOUIRIMICONTRACTPROVISKIMS IFEDERAL-AMI CCIINSTRUCTION COPMACTS I General 3. A breath of any of firedpulaihans contained in these tiNormiscriniinabon tamed Cortiact Pywisiors may be siiirtherit grounds for Nonsegregated Fades wihholdmg of progress pan, d fined N. Davis-Bacon and lid Act Provisions payrned,learitalion of the contract,stripe sion I debarment V ContractWork Hours arid Safety Standards Act or arty other anion determined to be appropriate by the Pnovisiorrs cortracting agency and A-WA VI. Subletlirg or Assig-rg the Contract Vfl. Safety.Accident Prevention 4 Selection of Labor.During the performance of this contract, Vfll. False Slatenasts Caoncernt ng FTS/Projects the cortradnr slim not rise oxirMd labor for any purls as IX implementation of Chan As Ad and Federal Water within the limits of a t projectTaction on a Federal-aid Potution Control Ad highway urtess itis labor perfranied by convicts wt:o are on X Compliance with Gwerrwnertwide Suspension and parole,supervised release,or probation The term Federal-aid Debarment Requirements highway does not include roadways Emotionally classified as XI Ceritcahron Regardtrg Use of Contract Funds for local roads or rural minor cofect7ors i+rr Lobbying ATTACHMENTS tL NONDISCRIMINATION err A.Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development l-bbghuray System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all Road Contracts{Included in Appalact rant r contracts only) related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply,engineering,or architectural service contracts. rr, L GENERAL In addition,the enactor and all subcontractors must comply 1. Form FI-WA-1273 must be physically incorporated in each with the following polies:Executive Order 11246,41 CFR 60, construction contract funded under Title 23(excluding 29 CFR 1625-1627,Title 23 USC Section 140,the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973,as amended(29 USC 794),Title VI contractor(or subcontractor)must insert this form in each of the Civil Rights Act of 1964,as amended,and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26 and 27;and 23 CFR subcontracts(excluding purchase orders,rental agreements Parts 200,230,and 633. and other agreements for supplies or services). rr The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000, order,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3. subcontractor,lower-tier subcontractor or service provider. Note:The U.S.Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design- determine compliance with Executive Order 11246 and the build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 29 subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FI-NVA have purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 USC Section 140,the Rehabilitation Act of 1973,as for compliance by any subcontractor,lower-tier subcontractor amended(29 USC 794),and Title VI of the Civil Rights Act of or service provider. 1964,as amended,and related regulations including 49 CFR its Parts 21,26 and 27;and 23 CFR Parts 200,230,and 633. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix Form FI-IWA-1273 must be physically incorporated(not A,with appropriate revisions to conform to the U.S. rs referenced)in all contracts,subcontracts and lower-tier Department of Labor(US DOL)and FHWA requirements. subcontracts(excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1.Equal Employment Opportunity:Equal employment construction contract). opportunity(EEO)requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth r 2. Subject to the applicability criteria noted in the following under laws, executive orders,rules,regulations(28 CFR 35, sections,these contract provisions shall apply to all work 29 CFR 1630,29 CFR 1625-1627,41 CFR 60 and 49 CFR 27) performed on the contract by the contractors own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein,and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C.140 shall constitute the EEO and specific affirmative contract by piecework,station work,or by subcontract action standards for the contractors project activities under me 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iii this contract The mic ras cite Americans with Disabilities 4.IFtecanitment When advertising for empbyees.the iris #d tt 1993 pf2 U.S.C.12101 et sag.)set forth wider 2$CFR curtailer-wit include in ati advertisemests tar employees the 35 and 29CFR 16319are,inciaporated b1 agerenoe Tare is no fare 'An Equal Ciplaraturity Employer"Ali such contract lathe asectikin of this=tract,the oartrsdnr advafisemerilis villi be placed in publications having a lage agrees to comply with the i minimum spec 1c atxiafecwr a nong minorities andimmen mile area loom rr rrerrtactivities of EEO: which the pried lkfarce maid rr meri't1/bedeii 1 a The=dream wit work with the codracting mercy and a Tire conbactor wai,unless precluded by a valid the Federal Government to ensure Matti has made every bargairing agreerrnent,candust systematic and deed good faith effort to parade eget with respect to al iecrrr*nent ttaotegh perbtic and private employee raked' illi of s tains and conditions of errtpbymerrt and tri their review sources flinty to yield qualified minorities and women. To of activities writer the contract vied this ramkernent,the cortratiorvitil lineal sources of potential mime*group envilloyees,and establish Wilk scat; b.The eoriracfor oil accept as its operating paw the identified sauces procedities whereby nine*and waren tiatiowing stabentiat Rickards may be referrers to the contracta tar entplowned consideration it is the poky of tits Ccsnpany to assure that apf ants are employed,and that efrptoyees are treated during b in the evert the cartrac t r las a valid bargaiirg ernploymert,wrttaout regard to thus race,religion,sex color, agreemert providing for exclusive ting tial(referrals,the til national migm,age or ducat y. Such action shall iinclude: contractor is expected to observe the mastitis of that upgrading,demotion,or transfer,recruitment or agreement to the ercternt that the system meets the corgi's recruitment advertising;layoff or term;rates of pay or compliance with EEO contract provisions. Where other forms of compensation;and selection for training, implementation of such an agreement has the effect of inducing apprenticeship,pre-apprenticeship,andfor on-the- ciscrimirating against nwnoiilies or women,or obligates the a job training" contractor to do the same,such implerrnerta'tion violates Federal nondiscrimination provisions. 2. EEC)Officer.The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The curt actor will encourage Its present employees to the responsibtity for and must be capable of effectively refer minorities and women as app its for employment administering and promoting g an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so. 5.Personnel Actions:Wages,working conditions,and lit 3. Dissemination of Policy:All members of the contractor's employee benefits shall be established and administered,arid staff who are authorized to hire,supervise,promote,and personnel actions of every type,including hiring,upgrading, discharge employees,or who recommend such action,or who promotion,transfer,demotion,layoff,and termination,shall be are substantially involved in such action,will be made trolly taken without regard to race,color,religion,sex rational cognizant of,and will implement,the contractor's EEO policy origin,age or disability. The following procedures shall be and contractual responsibilities to provide EEO in each grade followed: and classification of ernpioyment To ensure that the above agreement will be met,the following actions will be taken as a a The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project ste a Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months,at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer_ c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of given a thorough indoctrination by the EEO Officer,covering discrimination. Where evidence is found,the contractor will all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed,such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for hili the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective action irr d. Notices and posters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation,the contractor will inform e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal. hurl implement such policy will be brought to the attention of employees by means of meetings,employee handbooks,or 6.Training and Promotion: other appropriate means. a The contractor will assist in locating,qualifying,and Ma increasing the skills of minorities and women who are rill 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ilk rr a applicants lar leMpoymerit recxaaed employees lixitr efforts war tie receiteneets for arnd writ+with the Americanscaiffa Should be aimed at dekielapiog i9 joraaraey level starts Disablikes Ad and at ales rind there orrpkipaes MSc type diode orjab classfscaton twolved ureter. Ffriplo aisouestRandle reasonable aecoramodationib e activities unless to oto so amid cause an b Cloisidertwiltike conbactorlsoodtkare segnesnents uadtretnar . in armies peaacinrsiiie under Herat and Stake regtalions,the contractor l make rase of training pograms,ie, 9.Weems of liabcontaders,Procurement of Materials and -lab training pops for the and wog of Equifonent Ther ami staff not geog raptaicat area of armload pedormance. in Me evert a discriminate onto grounds of race,odor,rte,seat, as precision kr inning;s Forked tardier briis coc1rac t. Tiaanat ongia,age or desablty Mite selection and retention this sithparagmahwil be superseded as indicated in Vire of strfacontractra including proctmernent cif materials and special provision. The ciantaorang agency may reserve leases of egaierrnert The cortractor steal take al necessary raining pow rani parsons warn receive wee assistance and reasonable steps to ensue nandiscriminaion blithe in accombere wrest 23 t.l!S_C 14b(a). adrr inistratan of tis contract as c The contractor well advise errployees and applicants for a The contractor shall notify ata potenfal suboortractors and employment of available bailing pogans and erdrance stems and lessors of their EEO ctriigzeons under this recti iremertts for each_ contract mei d. The contractor will periocically review the braining and tx The contractor w9 use good lath efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations women and will encourage eligible employees to apply for such oaring and promotion till 10.Assurance Required by 49 CFR 26.13(b): 7.Unions:If the contractor reties in whole or in part upon actions as a source of employees,the contractor will use good a. The requirements of 49 CFR Part 26 and the State faint efforts to obtain the cooperation of such mons to DOT's U.S.DOT-approved DEE program are incorporated by in increase opportunities for minorities and women. Actions by reference. theca-tractor,either directly or through a contractor's association acting as agent,wit include the procedures es set b. The contractor or subcontractor shall not discriminate on forth below: the basis of race,color,national origin,or sex in the performance of Ctrs contract. The contractor shall carry out ori a The contractor will use good faith efforts to develop,in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions,joint training programs aimed administration of DOT-assisted contracts. Failure by the toward gratifying more minortiies and women for membership contractor to carry out these requirements is a material breach in the uniors and increasing the skills of minorities and women of this contract,which may remit in the termination of this so that they may quality for higher paying employment contract or such other remedy as the contracting agency deems appropriate. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11.Records and Reports:The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO re regard to their race,color,religion,sex,national origin,age or requirements. Such records shall be retained for a period of disability, three years following the date of the final payment to the contractor for all contract work and shall be available at c The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. art, extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor,the contractor shall so certify to following' the contracting agency and shall set forth what efforts have been made to obtain such information. (1)The number and work hours of minority and non- minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement,the contractor will, (2)The progress and efforts being made in cooperation — through independent recruitment efforts,fill the employment with unions,when applicable,to increase employment vacancies without regard to race,color,religion,sex,national opportunities for minorities and women;and origin,age or disability;making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3)The progress and efforts being made in locating,hiring, r• to provide sufficient referrals(even though it is obligated to training,qualifying,and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement)does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project,indicating the number of minority,women,and ire pursuant to Executive Order 11246,as amended,and these non-minority group employees currently engaged in each work special provisions,such contractor shall immediately notify the classification required by the contract work This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants! the last payroll period preceding the end of July. If on-the-job Employees with Disabilities: The contractor must be familiar training is being required by special provision,the contractor es 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iii will be required to=tea endowed wed ir, erg dela The of paragnah 1.d dais section,also,agar corattitionsIlio e data dead tettwlthe sea tonne onboard during made or costs incurred tor sweeten aamid!mad not ail or any part d the tact payroll peed parc edurg titre end of less attention raider plans,Surds or caverns lityarrt dui cover the Period,are deemed kr be conskudivety made or named dram such teddy pet ori rrrn Such laborers aid nectianics shalt be paid toe appmprialle fitIONSEEPEGATED FAMILITIES wage rate and fringe benefits on itae usage delegination tor the dassaciation ofworkmanly performed,v trout regentto Ttis provision is epplcable to ate Federal-aid constneece sick eaaeegatas provided in 29CFR FR 5.5(a)(4).Laborers or oonarads and to nit related of ilitStAidffilLb perfuming work in awe than ase dassitcabon Il! $10,000 or more may be compensated at the rale apectfed for each classfficabon for the brae act atty warred therein Ptovided, The arbactor must enure tat babes provided for That the taayrnit records accurately set forth the employees are pm:aided in such a wanner that segegabon on lime scent in each dasstioabon in h work is tie basis of race,color,rebate,sex,or n The wagedemoniacalarty additional� la testa. The contractor may neither require such segregated and wage rates conformed under paragraph lb.of this use by written or oaf policies nor tolerate such use by section)and the a poster(IN1.1329)shall be empkoyee custom The oorfaado(s of an extends further posted at all times by the=tractor and fs suhcarfradnrs at to ensure that its employees are not assigned to perform their the sfe ct the work in a prominent and accessible place where services at any tocatian under the cartrar s control,where it can be easy seen by the workers the facilities are segregated. The term"families"includes waiting rooms,work areas,restauaarts and other eating areas, lion clocks,u rusk wasttroorns,locker rooms,and other b.{1)The contracting officer shat require that any lass of fab stege or areas,t lots,drinking fountains, rxr rs or mechanics,irickrd�ig hewers,which fiictu is not in 1116 recreation or a wnert areas,transportation,and housing the wage determination arid which is to be under the provided for erruptoyees The contractor shall provide separate ai tract shati tie classified irecentairriancewIh the wage or she-user restrooms and necessary dressing or steeping deternination.The contracting officer shed approve an areas to assure privacy between sexes. additional class rcati and wage rate and fringe benefits therefore only when the following aiterra have been met IV. DAVIS-BACON AND RB.ATED ACT PROVISIONS (I)The work to be performerd by the classification requested is not performed by a classtcation in the wage This section is applicable to aft Federal-aid construction determination;and fllr projects exceeding$2,000 and to all related subcontracts and lower-tier subcontracts(regardless of subcontract size). The (ii)The classification is utilized in the area by the requirements apply to al projects located within the richt-of- construction industry;and way of a roadway that is functionally classified as Federal-aid lfitt highway. This excludes roadways functionally classified as focal roads or rural minor collectors,which are exempt (ii)The proposed wage rate,including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits,bears a reasonable relationship to the other projects. wage rates contained in the wage determination ali The following provisions are from the U.S. Department of (2)If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5,5"Contract provisions and employed in the classification(if known),or their related matters"with minor revisions to conform to the FHWA- representatives,and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate(including the amount yii► designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor, a. All laborers and mechanics employed or working upon Washington,DC 20210.The Administrator,or an authorized the site of the work,will be paid unconditionally and not less representative,will approve,modify,or disapprove every often than once a week,and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account(except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30 day period that additional time is under the Copeland Act(29 CFR part 3)),the full amount of necessary. wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less (3)In the event the contractor,the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, ill Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof,regardless of any contractual relationship which may classification and wage rate(including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits,where appropriate),the and mechanics, contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the Contributions made or costs reasonably anticipated for bona contracting officer,to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2)of the Davis-Bacon determination.The Wage and Hour Administrator,or an Act on behalf of laborers or mechanics are considered wages authorized representative,will issue a determination within paid to such laborers or mechanics,subject to the provisions 30 days of receipt and so advise the contracting officer or ta 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale circ err wril nobly the corgarding officer waters the 30-day peril that Bacon Act,to conhartor Shall maintain maids wed/show ackilional tine is zeicessery. {halite comesikaert to padesudsbermesis that leplan ar pastern is and that the {ilk ewage rhe�durc�gfrir ebur where l arp bas been aaesnar edin to le s or and records the AIM detemined pwaaart to paagrapfs 1 b(2)cr casts or fhe actual costow in prancing such 9 b of pis sectinstall be Paid to all w lberspedar g benefits_ toyippericeor t sarde r work V* he a ass tin under Ws extract bane the Fit approved naiEregistrations*ecrarificeship viten evidence f tfe day on,tdr work is patterned in the programsoeif telon el M, trace programs,t a regisbarion of the apprertices and c Whenever the minimum wage rate prem in the trainees,and the ratios and wage rates prescribed in the snit/act for a dass of laborers or mechanics=dudes a hinge applicable progranrs. beige itnwlmct+is not expressed as an hourly rate,the cor#rac ar del ether pay the bereft as stated in the wage sot b. 1)The contractor stmt s weekly for in etshaltpay another bore Fede fringe benefit or an hose*cash w t ich any oonbact worts is performed a copy dal parols to thereof.eqtevatent the cortrackrig agency The payrolls strbm tied shag set out aixorately and completely all dare inkrinatiun espied to be d If the mor does not make payments to a trustee or mairtaked under 29 CFR 5.5(a i),except that MI social es other thbd parson,the conkaclor may consider as part of the seorty numbers and tome addresses shall not be inceded wages of any laborer or mechanic the amount of any costs on weekly transmittals.Instead the payrolls shall only need to reasonably anticipated in provicing bona fide fringe benefits include an inrividualy identiVing number for each employee under a plan or p vsji aili,Provided,That the Secretary of e.g ,the last four digits of the employee's social security ,rr tabor has found,upon the=teen request of the contractor, number).The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submtted to any form dewed.Optional Form WH-347 is been met The Secretary of Labor may require the contractor available for this purpoSe from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at ttlpilwier dotgov! Trnstr.htm obligations under the plan or program or its successor site.The prime contractor is responsrtnie for - the submission of copies of payrolls by all subcontractors 2. Witltiotdmg Contractors and subcontractors shat maintain the full social smarty number and current address of each covered worker, and stems provide them u eon request to the contracting agency air The contracting agency shall upon its own action or upon for transmission to the State DOT,the Fl-WA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor,withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract,or any other Federal requirements.It is not a violation of this section for a prime contract with the same plane contractor,or any other federally- contractor to require a subcontractor to provide addresses and ma assisted contract subject to Davis-Bacon prevailing wage social securty numbers to the prime contractor for its own requirements,which is held by the same prime contractor,so records,without weekly submission to the contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2)Each payroll submitted shall be accompanied by a MI apprentices,trainees,and helpers,employed by the "Statement of Compliance,'signed by the contractor or contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic,including any apprentice,trainee,or certify the following: helper,employed or working on the site of the work,all or part rr of the wages required by the contract,the contracting agency may,after written notice to the contractor,take such action as (I)That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under§5.5(a)(3)(ii)of payment,advance,or guarantee of funds until such violations Regulations,29 CFR part 5,the appropriate information is have ceased. being maintained under§5.5(a)(3)(i)of Regulations,29 a CFR part 5,and that such information is correct and 3. Payrolls and basic records complete; r a. Payrolls and basic records relating thereto shall bee (ii)That each laborer or mechanic(including each rr maintained by the contractor during the course of the work and helper,dapprentice,periodo trainee)employed full the contract preserved for a period of three years thereafter for all laborers wages the payrolldhas been paid the yweekly and mechanics working at the site of the Work.Such records and that earned, actionsut rebate,either direeity or indirectly, rect y or shall contain the name,address,and social security number of and no deductions have been made either directly or as each such worker,his or her correct classification,hourly rates indirectly from the full wages earned,other than ofpermissible deductions as set forth in Regulations,29 CFR wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents Part 3' thereof of the types described in section 1(b)(2)(B)of the ea Davis-Bacon Act),daily and weekly number of hours worked, (iii)That each laborer or mechanic has been paid not deductions made and actual wages paid.Whenever the less than the applicable wage rates and fringe benefits or Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract AO plan or program described in section 1(b)(2)(B)of the Davis- rri 5 _ rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale (3)The weekly submission cif a eiaealed rate swelled Meea icab le verge determination cestrimilian set frena on the reverse Wert Ophanal Firma lteprenhoes staafl be paid tine benetts E azonfance with Vill-347 shalt satisfy the requimmeet torsailinirs;-Sion of the the provisions et the tipintzefliiip progara.ff the •Stehrteent of ONIV roe reggired by paragraph 3 b(2)of eivinviiiiumiyp'p cgram does lilt spear hinge this section. appreetices assert tae paid the#11 amount cf gage bre tistedonthe wage dele for theafpiratle 14)The ofarayc#ttaeataave may titre debermiestnata Merest hinges applicable apprentice dassffication, sttiect the coma c or to chit or nirnirvanaa prem for are deteenkrabon prosecuterr seder sechars 1001 of liSe 1�8 and section 231 o f ft#sges std be paid i rr w to that title 31 of the tinted Statics Code In the event the Carne of Apprenticeship T 9,Employer c.The or shell make lire meadsrecoand t Services, a State Agency rewired andel paragraph 3a.of this sermon forapprerficestapraz- ed +the Office,withdraws of an oar by program,the wrlr-ectae no tappiratie amer be al nspectic'in,copying,repr esoamres of its o�urrtrar:6rg agency,an Stale DOT,the p�to dee at less than the FtWA, orate Department of Labix and Shall penin such predetermined tante for the work faerforrnrech saran an acceptable relaresenta master,intervrewemployees g�rod�rg thous pr is appy on the job.F the contractor or subcontractor fats to submit the at required records outs?make them avaiable,ttae Ft-1WA may, b.Trainees(programs of the USD0t) atter written notice to the contractor,the cortractkrg agency or the State DOT,take such action as may be necessary to cause the�n of any further payment,advance,or Except as provided in 29 CFRn 5.98,trainees w not be guarantee of fiends.Furthermore,fame to statxnt the Pie to work at less than the premed rate for the rig work performed unless they am employed pursuant to and records upon request or to make such records waddle may individually registered in a program whim has received prior be grounds for debarment action pursuant to 29 CFR 512. approval,evidenced by formal certification by the US. Department of Labor,Employment and Training 4 Apprentices and trainees Ackarristietion. a Apprentices(programs of the WOOL) The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Apprentices will be permitted to work at less than the Employment and Training Aofrrministration predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate speared apprenticeship program registered with the U.S.Department of in the approved program for the trainees level of progress, Labor,Employment and Training Administration,Office of expressed as a percentage of the journeyman hourly rate Apprenticeship Training,Employer and Labor Services,or with specified in the applicable wage determination.Trainees shall a State Apprenticeship Agency recognized by the Office,or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program, If the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits,trainees shall be paid the full amount of fringe t lii program,who is not individually registered in the program but benefits listed on the wage determination unless the who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training,Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency(where appropriate)to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee The allowable ratio of apprentices to journeymen on the job rate who is riot registered and participating in a training plan site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall be permitted to the contractor as to the entire work force under Paid not fess than the applicable wage rate on the wage the registered program.Any worker listed on a payroll at an determination for the classification of work actually performed. apprentice wage rate,who is not registered or otherwise In addition,any trainee performing work on the job site in employed as stated above,shall be paid not less than the excess of the ratio permitted under the registered program applicable wage rate on the wage determination for the shall be paid not less than the applicable wage rate on the classification of work actually performed. In addition,any wage determination for the work actually performed. OW apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program,the contractor will no for the work actually performed.Where a contractor is longer be permitted to utilize trainees at less than the performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered,the ratios and wage acceptable program is approved. rates(expressed in percentages of the journeyman's hourly rate)specified in the contractors or subcontractor's registered c.Equal employment opportunity.The utilization ofprogram shall be observed. apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246,as amended,and 29 specified in the registered program for the apprentice's level of CFR part 30. progress,expressed as a percentage of the journeymen hourly �► a 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .re All d Apprentices aid Trams ofVie U.S-13 t A eesandtaairieeswn mks'ca xesiieeet�yoarnd +NDARJiRt1trfCA'1Ml fFi�ill�5AND�1' skill training p agars With trace bean a by the STANDARDS ACT eco Secretary ofTrans or n as panelingBECrin connection lath Federal-aid Weary r cons ruction program are a t The following clauses apply kr any Fiederall ld construction sub to the regce emer s d paragraph 4 of this Section IV. aort6raro<in an amount in excess of$100,000 and skied to lie The std ane tautly wage rates for apprentices acrd overtime providons cite Cordia l Work Hours wed Sammy anttrainees racier such preteens wt be established byte Standards Att.These clauses shag be*nested in addition to pada pregame The ratio d apprentices a nd traiinees to the dames refired by 29 CFR 5.5(a)or 29 CFR 46 As jatsneyme n shalt riot be greater than by the tears of used int&paragraph;the terns laborers and intalicriee the partielnta program include watchmen n aid gaaards. rri S with Copeland Ad requirements. The i-Overrate requirements. No contractor or suticantractar =karat shag comply plyr wide the requirements of 29 CFR part contracting for any part ante contrast world which may require 3 whidi are incorporated by reference in this contract or involve the enepioymert of laborers or mics std recgire or permit any such laborer or mechanic c im any r: &contracts. The contractor or subcontractor shad insect workweek in which he or she is employed on such work to Form Ft-ANA-1273 in any subcontracts and also rhe the work in excess of forty hours in such workweek erg sax3i subcac actors to include Form Fl WVA 1273 in ary/tower tier later or mechanic receives carpensaban at a rate not less subcontracts.The prune conba for chat be resporisttte for the than one and one-hay tines the basic rate of pay for at tars ee compliance by any smticontraet er or ower tier subcontractorworked in ears of folly haus in such vvc>rldweetd with all the conned clauses in 29 CFR 55 2.Violation;liability for unpaid wages;liquidated 7.Contract termination:debarment A breach of the damages. In the event of any violation of the clause set forth ire contract clauses in 29 CFR 5.5 may be grounds for termination to b(1.}of this sedan the hall be lib and any of the contract,and for debarment as a contractor and a unpaid responsible therefor shag be(table for the subcontractor as provided in 29 CFR 5.12 unpaid wages-In addition,such corirador acid s ticortractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such Compliance with Davis-Bacon and Related Act District or to such tenacity),for liquidated damages.Such requirements. All rungs and interpretations of the Davis- liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR pats 1,3,and 5 individual laborer or mechanic,including watctxnen and are herein incorporated by reference in this contract. guards,employed in violation of the clause set forth in paragraph(1.)of this section,in the sum of$10 for each +n calendar day on which such individual was required or 9.Disputes concerning labor standards.Disputes arising permitted to work in excess of the standard workweek of forty out of the tabor standards provisions of this contract shall not hours without payment of the overtime wages required by the be subject to the general disputes clause of this contract.Such disputes shall be resolved in accordance with the procedures clause set forth in paragraph(1.}of this section. en of the Department of Labor set forth in 29 CFR parts 5,6,and 7.Disputes within the meaning of this clause include disputes 3.Withholding for unpaid wages and liquidated damages. between the contractor(or any of its subcontractors)and the The FHWA or the contacting agency shalt upon its own action contracting agency,the U.S.Department of Labor,or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld,from rin any moneys payable on account of work performed by the 10.Certification of eligibility. 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 +er a,By entering into this contract,the contractor certifies that Hours and Safety Standards Act,which is held by the same neither it(nor he or she)nor any person or firm who has an prime contractor,such sums as may be determined to be interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a)of subcontractor for unpaid wages and liquidated damages as ,no the Davis-Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph(2.)of this section. b.No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue 4.Subcontracts. The contractor or subcontractor shall insert An of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). in any subcontracts the clauses set forth in paragraph(1.) through(4.)of this section and also a clause requiring the c.The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier U.S.Criminal o 8 U.S.C. sta10tements subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor a, with the clauses set forth in paragraphs(1.)through(4.)of this section. cur rr 7 mi,,,Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ak e aawrrigand Nett a;artfa saltpertinentprr+o>u ieras in.SLIMMING OR lifE CONTRACT and requirements of the pare oo.^tha This plc:W arm is applicable to at Fwdcro on 5 The 3I self of paragraph(1'rs ciatrads unite National flighway System ret antcahleto"cart agencies may esti their own sed 1.The ouriradtar area pattern walls town uganizaiion naquirernents conked work anaoueattrtlgtn not lesstftan 31 peroestt(or a greater percentage if speed eiserhrere in the contract)di Retold odgind=tract peace,excluding any specialty items EB-SAFETY:ACCEMIT PREWEItTION designated Ware omtracNg agency Specially terns may be performed t+Y saticortiact and the moat of any such T his pr o v i s i o n is applicable to al Federal-aid spatially items performed may be deducted from the total carasfrr xdion contracts and to at related sctxontracts original aortorad price bore competing the amount of work IN recuire+d to be performed try the contractors own organization 1. In ifae perfixrnance otitis corieact the contractor std (23 CFR 635.116). comply mita a6 appficable Federal,State,and local laws gig may,healer,and (23 CTR 635).The a The tem"perform work with is own arganizaborf refers contractor shall provide at saregtorxh,safely devices and to workers enriRioyed or leased by the prime contractor,and protective equipment and lake any other needed actions as it egret/nett awned or rented by the prune contractor,with or detarrines,or as the cortracfrig officer may detemi ie,to be without operators. Such term does not include enpioyees or rem necessary to profit the life and heath of equiPnaertt of a stibcontrador or lower tier mar, employees on the job and Me safety of the pubic and to agents of lie Prime corfractor,or any other assign. The protect property in comedian with the performance of the kir teen may i elude payments for the costs of hiring leased work covered by the contract employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements Leased 2. It is a condthon of this contract,and shall be made a employees may only be included in this term if the prion condition of each subcontract,which the contractor enters into contactor meets all of the following conditions: pursuant to this contract,that the contractor and any Illi subcontractor shall not period any employee,in performance (1)the nitre contractor maintains control over the of the contract,to work in surrasrdl gs or under condlio ns supervision of the day-to-day activities of the teased which are unsanitary,hazardous or dangerous to his/her employees; health or safety,as determined under construction safety and (2)the prime contractor remains responsible for the quality health standards(29 CFR 1926)promulgated by the SecretaryOa of the work of the leased employees; of Labor,in accordance with Section 107 of the Contract Work (3)the prime contractor retains di power to accept or Hours and Safety Standards Act(40 U.S.C.3704). exclude individual employees from work on the project;and (4)the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract the payment of predetermined minimum wages,the that the Secretary of Labor or authorized representative submission of payrolls,statements of compliance and all thereof,shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b."Specialty Items"shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that regiires highly specialized knowledge,abilities,or Contract Work Hours and Safety Standards Act(40 equipment not ordinarily available in the type of contracting U.S.C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract VIII.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2.The contract amount upon which the requirements set forth in paragraph(1)of Section VI is computed includes the cost of T his pr o v i s i o n is applicable to all Federal-aid material and manufactured products which are to be construction contracts and to all related subcontracts. ilia purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3.The contractor shall furnish(a)a competent superintendent degree of reliability on statements and representations made ikri or supervisor who is employed by the firm,has full authority to by engineers,contractors,suppliers,and workers on Federal- direct performance of the work in accordance with the contract aid highway projects,it is essential that all persons concerned requirements,and is in charge of all construction operations with the project perform their functions as carefully,thoroughly, (regardless of who performs the work)and(b)such other of its and honestly as possible. Willful falsification,distortion,or own organizational resources(supervision,management,and misrepresentation with respect to any facts related to the ilii[ engineering services)as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each 4.No portion of the contract shall be sublet,assigned or Federal-aid highway project(23 CFR 635)in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concernedft contracting officer,or authorized representative,and such with the project: 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 18 U.S.C.1020 reads as follows. contracting agency has assured that each subcontract is ilia 8 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iia Nog We tieing anoficar,merit or employee it the Ursted awned transaction.Thepospeclive Mier paibcrpant shall States,orclaw Siete orTestiest arwhoever,wrhetiera submit an expiration(theft Icannot R eThe person,aSSOCiatiarl,Shur,or coexaralkon,basin y makes any set out below.The cerbficallonar upilanationvali be take statemerit,tales repesextrifone tri false report as to The considered kr conneetionwita the deiselmert or agency's diary ter; .nrcost of the matenial used or to w to enter kilo this l trmrev�er ®a be u or the or ally of the work performed arta failure of the prospective tit fier partiopartto foal a a be pularaw4,or Oncost thereat iiia carmeckon waste ceracabori or an steal disqualify surds a person utrnissian centans wraps:spectnahons,conkacts.or costs from parbripiaton nails ri construction on any highway or related prefect for wont to the Secretary efTruispartaticra or c.The metrication ti this clause is a imitate]represertabon of fact ren which re rrarroe was placed when the contrading Weever knowingly makes any false slaternert,fade agency determined to enter irt6oMinsbrains.Utes NET representatian false report or false damn with respect to the determined that the p 0S43eCtive parkeipant krtorwingly rendered thunder, gi;arsiigl;or cost of arty taut performed or to an erroneous certfication,in adcitioa to other remedies au be performed,or materials Unshed or to be frairislreci in avatable to the Federal Government,the cortracfing agency ✓ rssec6an with to don of airy highway or related may terminate this frawactiors fur case of detest project apprised by the Secretary of Tr sporta ion;or d The prospeckve first tier pub:inert shy p Ovide +rrWhoever krawingymakes any false statemert or false inxnediate written notice to the conbactiog agency to whom representation win"material tact in any statement.certificate, this proposal is situ ni ted if any brae the list tier or report sttnuilied pursuant to proviSions of the Federal-aid participant learns the its cion was enorieauss when Roads Act approved July 1,1916,(39 Stat.355),as amended submitted or has become erroneous by reason of clanged and supplemented circumstances. re Shall be fined alder this title or imprisoned not more than 5 e.The terns"covered transaction,""debarred,' years or both." "suspended,"„ ,"• tom,""person,' 'principal," and"voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 160 and 1200. 'Fest Tier Covered ' iX.ISVLEMENTA7ION OF CLEAN AOL ACT AND FEDERAL Transactions'refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrartee of Federal funds and a participant(such as the prime or general contract)- "t-nvier Tier Covered This provision is appFtrable to all Federal-aid construction Transactions"refers to any covered transaction under a First doe contracts and to all related subcontracts. Tier Covered Transaction(such as subcontracts)_ 'First Tier Participant"refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or sutbgrartee of Federal contract,or subcontract,as appropriate,the bidder,proposer, funds(such as the prime or general contractor). "Lower Tier Federal-aid construction contractor,or subcontractor,as Participant'refers any participant who has entered into a 40 appropriate,will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors tractors ani suppliers). 1.That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f.The prospective first tier participant agrees by submitting rr award due to a violation of Section 508 of the Clean Water Act this proposal that,should the proposed covered transaction be or Section 306 of the Clean Air Act entered into,it shall not knowingly enter into any lower tier 2.That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph(1)of this Section X in suspended,declared ineligible,or voluntarily excluded from every subcontract,and further agrees to take such action as participation in this covered transaction,unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g The prospective first tier participant further agrees by submitting this proposal that it will include the clause ttled air X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment,Suspension,Ineligibility SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency,entering into this covered transaction,without modification,in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts,design-build contracts,subcontracts,lower-tier covered transactions exceeding the$25,000 threshold. subcontracts,purchase orders,lease agreements,consultant contracts or any other covered transaction requiring FI-WA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost$25,000 or more– as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1.Instructions for Certification–First Tier Participants: debarred,or otherwise ineligible to participate in covered s transactions. To verify the eligibility of its principals,as well as a.By signing and submitting this proposal,the prospective the eligibility of any lower tier prospective participants,each first tier participant is providing the certification set out below. participant may,but is not required to,check the Excluded Parties List System website(tttps:/twww.eols.aov/),which is b.The Inability of a person to provide the certification set out compiled by the General Services Administration. - below will not necessarily result in denial of participation in this MI6 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale fib i Maim cortairsed in the brmrrgraing drat be construed d to trasarban grind may pursue eyelet*rem, ille rexharethere establishment et a system sof records ihorder to inducting susperisan axibrdetraerriert. render in good fedi the cerhificabori required ty tits dause The trtrahseiet ge and irtmrrrabron of the prospeobre partidpart c.The pmespedbre toner ber participant std provide is riot required ID exceed then With is tr unailly possessed by *mediate wstten notice to the person lontich this proposed is ill a patent t pecan it the antimony course of business dealings stag Red t at any>fine the prospective toner tier participant leans twills was erroneous by mason of 1.Except for transactions authorized warder paragraph()of changed circunatainces. these instructors,t a participant in a covered trarsathas knowinglyentersideatowertlercoveedbailsaaletfiftha dTire t rrns'Soow dbaissation,"°"dot d" lb personw ais suspended,debased,illegible,or "suspended,' ""participant,"" ,"' ,". excluded from int ishansacbon,iiiadotibaato and"vokatadyes uded,"as used in this douse,are defined other rernecles evade to the Federal l Government the in 2CFR Parts 18o and 1200 You may contact the person to department or agency may terminate this transaction for cause sulfite this proposed is subrrelted for assistance in obtairisag a ill or default copy of Thoseregqula�tions. Tier t]overedT .....- refers to any coveted betweengr a artee or gatee of Federal funds and a participant(suds as the prime or general contract). `tamer Tier Covered Tragions 2. Ce bort Regarding Debarment,Suspension. refers to any rimed transaction under a t=est Tier Covered ille kiebgtatillyand VolrritaryExduusion—First her Transaction(such as sit :ontracts). 'Fest Tier Par r Participants: refers*the padicipart who has erred into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier partiapaat certifies to the best of (such as the prime or general contactor). 'Lower Tier iik its knowledge and belief,that it and its lis- Participant'refers any participant who has entered into a coveted trarme ion with a First Tier Paitiiipat or other Lower (1) Are not presently debarred,suspended,proposed for Tier Partiiparts(such as subcontractors and suppliers) debarment,declared ineligible,or vrtarty excluded from particgating in covered transactions by any Federal e.The prospective lower tier participant ticipart agrees by Mb departrner't or agency; sulmelting His proposal that,should the proposed covered transaction be entered into,t shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil jug rendered debarred,suspended,declared ineligible,or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction,unless itit connection with attaining,attempting to obtain,or performing authorized by the department or agency with which this a public(Federal,State or local)transaction or contract under transaction originated a pine ftc transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, f.The prospective lower tier participant further agrees by la bribery,falsification or destruction of records,making false submitting this proposal that it will include this clause titled statements,or receiving stolen property; "Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently Indicted for or otherwise criminally or without modification,in all tower tier covered transactions and civilly charged by a governmental entity(Federal,State or in all solictations for lower tier covered transactions exceeding ill local)with commission of any of the offenses enumerated in the$25,000 threshold. paragraph(a)(2)of this certification;and g.A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered lii application/proposal had one or more public transactions transaction that is not debarred,suspended,ineligible,or (Federal,State or local)terminated for cause or default. voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification,such prospective debarred,or otherwise ineligible to participate in covered lb participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals,as well as the eligibility of any lower tier prospective participants,each 2.instructions for Certification-Lower Tier Participants: participant may,but is not required to,check the Excluded Parties List System website(https.//www.epls.gov/),which is ilk (Applicable to all subcontracts,purchase orders and other compiled by the Genera!Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause.The lit a. By signing and submitting this proposal,the prospective knowledge and information of participant is not required to tower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i.Except for transactions authorized under paragraph e of til was entered into. If it is later determined that the prospective these instructions,if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification,in addition to other remedies available to the person who is suspended,debarred,ineligible,or voluntarily Federal Government,the department, or agency with which excluded from participation in this transaction,in addition to ill other remedies available to the Federal Government,the tilt 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a or >.edepartment or agency nth which this hansaction Tray paste avadatie Mirages,.. andfor dahannent tat.. me CernScam Regan:Ong Determent,Suspension, IneligiteAtyarat aryEadunion--LowerTies Pairscipaid arr 1 The prospectrie lower tier participant caries.try sideirission otitis propos*that nether it nor ts pmts is preserdly debarred.suspended,proposed for went, dedaredl inetgite,or in covered by any Federal orgy 2 Mere the prospective lower tier participant is unable to cm*to any of the statements n this centicatirto suds mei prospective participant shall attach an explanation to this ProPosed XL CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction arr contracts and to ail 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 or 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 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 Congress,an officer or employee of „w, 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 instructionson . 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 its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such MO recipients shalt certify and disclose accordingly. ,yrs 11 w rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ATTACHMENT A-EgillPIDATMENT All)MATERIALS 6.The cont acks shaft indiale tlseprxiusisio s of&4 s.1 iii PREFERSOCE FOR APIP'AUACRAR DEWELOPPIENT through 40g+is Attachneirt Aitevery stbconkadtforwerk tI AY SYSIENI OR APPALACHIAN LOCAL ACCESS which is,for seasaretily may be,done as ars-site work ROAD CCARRACTS This provision is applicable!o a9 Federal-aid pojects funded to under Vie HewRegiona Derangement Actof 1965 t_. Wag ltse performance antis contact,theca-tractor widest to do srwodcsrrhich is,a seasonabV may be„done as ori-m"ie worst,drag give pretence to quailed parsers ro regilady reside in the fader area as by lie DCA whereas the contract work is errthe legion,on the Appalachian counties ante State wherein the contract work is situated,except t(ri a To the laded Mat quaffed persons regularly residng in the area are not avaale. b.For the reasonable needs/lithe contractor to employ lin hyo'specialty experienced personnel necessaryto assure an efficient execution of the contract work c.For the obligation of the contractor to offer emptcymert to in present or former empfoyees as the result of a%avvful colledive bargaining contract,provided that the number of nonresident persons employed under this s (1C)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in In subparagraph(4)below 2.The contractor shag 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 the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,the participant shag promptly notify ltte 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 one week following the placing of a job order by rllfi 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(1 c) above. 5. The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. k a 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale VI. CONTRACT SPECIFICATIONS e IMO MO 110 MO 1. Amendments to the Standard Specifications am • MI r IMP «rr 1 IIN RO-AP1 2 INTRODUCTION ANN 3 The foilowing Amendments and Special Provisions shall be used in conjuridionvfilh the 4 2014 Standard Spec tions for Road,Bridge.and Municipal Construceon. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS +rr 7 8 The following Amendments to the Standard Specifications s are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications For inkxmaiional 10 pmposes,the date following each Amendment title imitates the mentation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 SpeciFicaltions and may include references which do not apply to this partictiar project 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 4,2014 19 1-01.3 Definitions gos 20 The definition for"Engineer"is revised to read: 21 22 The Contracting Agency's representative who directly supervises the engineering and r 23 administration of a construction Contract. 24 25 The definition for"Inspector"is revised to read: 26 27 The Engineer's representative who inspects Contract performance in detail. 28 29 The definition for"Project Engineer"is revised to read: 30 31 Same as Engineer. 32 33 The definition for'Working Drawings"is revised to read: 34 35 Drawings,plans, diagrams,or any other supplementary data or calculations,including a 36 schedule of submittal dates for Working Drawings where specified,which the Contractor 37 must submit to the Engineer. 38 39 1-02.AP 1 • 40 Section 1-02, Bid Procedures and Conditions 41 April 7, 2014 42 1-02.8(1) Noncollusion Declaration dip 43 The third paragraph is revised to read: 44 mei AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4)14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale sip 1 Therefore,by inducing the Nan-ccRusion Declaration as part of the signed bid Proposal, Oil 2 the bidder is deemed to have cediled and meed th the requirenrerts of the 3 Declaration. 4 5 1-03.API r ; 6 Section 1-03,Award and Execution of Contract 7 March 3,2014 8 1-03.4 Contract Bond 9 The last word of item 3 is del . 10 11 Item 4 is renumbered to 5. 12 13 The following is inserted after item 3(after the preceding Amendments are applied): 14 15 4. Be conditioned upon the payment of taxes.increases,and penalties incurred on the 16 project under titles 50,51,and 82 RCW;and 17 18 1-04.AP1 19 Section 1-04, Scope of the Work 20 August 4, 2014 as 21 1-04.4 Changes 22 In the third paragraph, item number 1 and 2 are revised to read: 23 24 A. When the character of the Work as altered differs materially in kind or nature from 25 that involved or included in the original proposed construction;or 26 27 B. When an item of Work,as defined elsewhere in the Contract,is increased in excess 28 of 125 percent or decreased below 75 percent of the original Contract quantity. For 29 the purpose of this Section,an item of Work will be defined as any item that qualifies 30 for adjustment under the provisions of Section 1-04.6. 31 32 The last two paragraphs are deleted. 33 rr 34 This section is supplemented with the following new subsections: 35 36 1-04.4(2) Value Engineering Change Proposal(VECP) 37 a" 38 1-04.4(2)A General 39 A VECP is a Contractor proposed change to the Contract Provisions which will 40 accomplish the projects functional requirements in a manner that is equal to or 41 better than the requirements in the Contract. The VECP may be: (1) at a less cost 42 or time, or(2)either no cost savings or a minor increase in cost with a reduction in 43 Contract time. The net savings or added costs to the Contract Work are shared by 44 the Contractor and Contracting Agency. 45 46 The Contractor may submit a VECP for changing the Plans, Specifications, or other 47 requirements of the Contract. The Engineer's decision to accept or reject all or part oir AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 of the proposal is final and not subject to atbdrafion under the arbitration clause or wr 2 otherwise subjed.to Win., 3 4 The VECP strap meet al of theblowing: • 5 6 1_ Not adversely affect the king term Me cycle costs. 7 8 2. Not adversely impact the abiilityto perform maintenance. 9 10 3. Provide the required safety and appearance. 11 12 4. Provide substitution for deleted or reduced Disadvantaged Business AO 13 Enterprise Condition of Award Work,Apprentice Utilization and Training. 14 15 VECPs that provide a time reduction shall meet the following requirements: do 16 17 1. Time savntg is a direct result of the VECP. 18 19 2. Liquidated damages penalties are not used to calculate savings. do 20 21 3. Administrative/overhead cost savings experienced by either the Contractor 22 or Contracting Agency as a result of time reduction accrue to each party 23 and are not used to calculate savings. 24 25 1-04.4(2)B VECP Savings 26 27 1-04.4(2)B1 Proposal Savings 28 The incentive payment to the Contractor shall be one-half of the net savings of 29 the proposal calculated as follows: 30 31 1. (gross cost of deleted work)—(gross cost of added work)=(gross 32 savings) 33 ✓ 34 2. (gross savings)—(Contractor's engineering costs)—(Contracting 35 Agency's costs)= (net savings) 36 37 3. (net savings)/2=(incentive pay) "r 38 39 The Contracting Agency's costs shall be the actual consultant costs billed to 40 the Contracting Agency and in-house costs. Costs for personnel assigned to ,O 41 the Engineer's office shall not be included. 42 43 1-04.4(2)B2 Added Costs to Achieve Time Savings 44 The cost to achieve the time savings shall be calculated as follows: do 45 46 1. (cost of added work)+ (Contractor's engineering costs -Contracting 47 Agency's engineering costs) = (cost to achieve time savings) 48 49 2. (cost to achieve time savings)/2= (Contracting Agency's share of 50 added cost) 51 mrr as AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 AO Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 If the timesaving proposal also involves deleting work and,as a res it,creates OM 2 a savings for the Com Agency,then the Coonhac bm shall also rem 3 one-hat of the saes rearmed through the deletion. 4 5 104.4(2)C VECP Approval rir 116 6 7 1-O&4(2)C1 Concept Approval 8 The parr steal subni a wren proposal to the Eng-Meer for 9 consideration. The proposal shall contain the following information: `` 10 11 1. An explanation outlining the benefit provided by the change(s). 12 13 2. A narrative description of the proposed change(s). tf ble,the 14 discussion shall include a demonstration of ftmcbOnal er iva$ency or a 15 description of how the proposal meets the original contract scope of 16 work. 17 18 3. A cost discussion estimating any net savings. Savings estimates will 19 generally follow the outline below under the section,Proposal 20 Savings". 21 22 4. A statement providing the Contracting Agency with the right to use all 23 or any part of the proposal on future projects without future obligation ww 24 or compensation. 25 26 5. A statement acknowledging and agreeing that the Engineer's decision 27 to accept or reject all or part of the proposal is final and not subject to 28 arbitration under the arbitration clause or otherwise be subject to 29 claims or disputes. 30 31 6. A statement giving the dates the Engineer must make a decision to 32 accept or reject the conceptual proposal,the date that approval to 33 proceed must be received,and the date the work must begin in order 34 to not delay the contract. If the Contracting Agency does not approve 35 the VECP by the date specified by the Contractor in their proposal the 36 VECP will be deemed rejected. 37 38 7. The submittal will include an analysis on other Work that may have 39 costs that changed as a result of the VECP. Traffic control and 40 erosion control shall both be included in addition to any other impacted 41 Work. 42 43 After review of the proposal,the Engineer will respond in writing with 44 acceptance or rejection of the concept. This acceptance shall not be 45 construed as authority to proceed with any change contract work. Concept 46 approval allows the Contractor to proceed with the Work needed to develop 47 final plans and other information to receive formal approval and to support 48 preparation of a change order. 49 50 1-04.4(2)C2 Formal Approval 51 The Contractor's submittal to the Engineer for formal approval shall include the 52 following: es AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 NM Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' F 1 1 "' 2 1. Deleted Work—Include the cam quartiles of link price Work to 3 be deie4ed. Include the proposed partial paces for porkers of Imp 4 sum Work deleted.. For deletion of force account tens include the 5 time and material esus. 6 7 2. Added Work—Include the calcul ted quantilies of tel price Work to 8 be added„ether by original tel Contract proms or by new.negotiated 9 loth prices. For new terns of Work include the rmantties and 10 13f0Posed Prices- 11 12 3. Contractor's Errineering Costs—St d mi the labor costs for the 13 engineering to develop the proposal;costs for Contractor employees 14 utilized in contract operations on a regular basis shall not be included 15 +++ 16 4. Schedule Analysis—If the VECP is related to time savings,the 17 Contractor shall submit a partial progress schedule showing the 18 changed Work. The submittal shall also include a discussion 19 comparing the partial progress schedule with the approved progress 20 schedule for the project. 21 22 5. Working Drawings—Type 3 Working Drawings shall be submitted; 23 those drawings which require engineering shall be a Type 3E. 24 25 Formal approval of the proposal will be documented by issuance of a change 26 order. The VECP change order will contain the following statements which the oar 27 Contractor agrees to by signing the change order: 28 29 1. The Contractor accepts design risk of all features, both temporary and v„ 30 permanent,of the changed Work. 31 32 2. The Contractor accepts risk of constructability of the changed Work. 33 34 3. The Contractor provides the Contracting Agency with the right to use 35 all or any part of the proposal on future projects without further 36 obligation or compensation. 37 38 VECP change orders will contain separate pay items for the items that are 39 applicable to the Proposal. These are as follows: 40 41 1. Deleted Work. 42 43 2. Added Work. 44 45 3. The Contractor's engineering costs, reimbursed at 100 percent of the 46 Contractor's cost. 47 48 4. Incentive payment to the Contractor. 49 50 When added Work costs exceed Deleted Work costs, but time savings make a 51 viable proposal,then items 3 and 4 above are replaced with the following: +o 52 r AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 air 0.10 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 3. The Contracting Agency's share of added cost to achieve time 2 savings. 3 4 4. The Contractor's share of savings from deleted Work. 5 rlr 6 1-04.4(2)C3 Authority to Proceed with Changed Work 7 The authority for the Contractor to proceed wth the VECP Work will be 8 provided by one of t e following options: 9 10 1. Execution of the VECP change order,or 11 12 2. At the Contractor's request the Contracting Agency may provide + , 13 approval by letter from the Er4neer for the Work to proceed prior to 14 execution of a change order. All of the risk for proceeding with the 15 VECP shall be the responsiblity of the Contractor. Additionally,the 16 following criteria are required to have been met ari 17 18 a) Concept approval has been granted by the Contracting Agency. 19 20 b) All design reviews and approvals have been completed,including 21 plans and specifications. 22 23 c) The Contractor has guaranteed,in writing,the minimum savings 24 to the Contracting Agency. 25 26 1-05.AP1 ao 27 Section 1-05, Control of Work 28 August 4,2014 rrr 29 1-05.1 Authority of the Engineer 30 In this section,"Project Engineer"is revised to read"Engineer". 31 32 The second paragraph(up until the colon)is revised to read: 33 34 The Engineer's decisions will be final on all questions including the following: 35 ism 36 The first sentence in the third paragraph is revised to read: 37 38 The Engineer represents the Contracting Agency with full authority to enforce Contract 39 requirements. 40 41 1-05.2 Authority of Assistants and Inspectors 42 The first paragraph is revised to read: 43 44 The Engineer may appoint assistants and Inspectors to assist in determining that the 45 Work and materials meet the Contract requirements.Assistants and Inspectors have 46 the authority to reject defective material and suspend Work that is being done 47 improperly, subject to the final decisions of the Engineer. 48 49 In the third paragraph, "Project Engineer"is revised to read"Engineer". 41111 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale mit 1 i Plus and Working Drawings 2 Ills SiBC60.1%the is revised to read 3 4 ting Ekawings gis 5 6 This seclon is revised to read: 7 8 The Contract may require the Contractor to submit Working Drawings for the 9 performance of the Work Working Drawings slam be submkted by the Contractor 10 electronically to the E�in PDF format drawing dais shall be prepared in 11 accordance with conventional detailing practices.If the PDF format is found to be 12 unacceptable,at the request of the Engineer,the Corttractor shall provide paper copies 13 of the Working Drawings with drawings on 11 by 17 inch sheets and c alcclationsltext on 14 834 by 11 inch sheets. 15 16 Working Drawings will be classified under the following categories: 17 18 1. Type 1 —Submitted for Contracting Agency information.Submittal must be 19 received by the Contracting Agency a minimum of 7 calendar days before work 20 represented by the submittal begins. 21 22 2. Type 2—Submitted for Contracting Agency review and comment.Unless m• 23 otherwise stated in the Contract,the Engineer will require up to 20 calendar 24 days from the date the Working Drawing is received until it is returned to the 25 Contractor.The Contractor shall not proceed with the Work represented by the 26 Working Drawing until comments from the Engineer have been addressed. 27 28 3. Type 2E—Same as a Type 2 Working Drawing with Engineering as described 29 below. 30 31 4. Type 3—Submitted for Contracting Agency review and approval. Unless 32 otherwise stated in the Contract,the Engineer will require up to 30 calendar 33 days from the date the Working Drawing is received until it is returned to the .r 34 Contractor. The Contractor shall obtain the Engineer's written approval before 35 proceeding with the Work represented by the Working Drawing. 36 37 5. Type 3E—Same as a Type 3 Working Drawing with Engineering as described 38 below. 39 40 All Working Drawings shall be considered Type 3 Working Drawings except as 41 specifically noted otherwise in the Contract. Unless designated otherwise by the 42 Contractor, submittals of Working Drawings will be reviewed in the order they are 43 received by the Engineer. In the event that several Working Drawings are received 44 simultaneously,the Contractor shall specify the sequence in which they are to be 45 reviewed. If the Contractor does not submit a review sequence for simultaneous 46 Working Drawing submittals,the review sequence will be at the Engineer's discretion. 47 48 Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by(or 49 under the direction of)a Professional Engineer, licensed under Title 18 RCW,State of 50 Washington,and in accordance with WAC 196-23-020. Design calculations shall carry 51 the Professional Engineer's signature and seal,date of signature, and registration .r� AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 ar MI Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rir 1 number on the caves page.The cover page shall also kclude the Cortract number, iii. 2 Cortract We and sequertal indexto i page numbers. 3 4 if more than the specie:camber of days is rimed for the Engineer's revkroir of any 5 lindvidual Workkg Drawing or rester 1,an extension of time will be considered in 6 accordance with Section 1-O8.8_ 7 8 Review or approval of Working Drawligs shat)nether confer upon the Contractkig it 9 Agency nor relieve the Contractor of any re5ponshikty for the accwacy of the drawings 10 or ther corrrfarrrty with the Contract.The Contractor shall bear all risk and all costs of 11 any Work delays mused by rejection or nonapprovat of Working Drawings. 12 iar 13 Unit til prices shall cover all costs of Working Drawings. 14 15 1-07.AP 1 16 Section 1-07, Legal Relations and Responsibilities to the Public 17 January 6,2014 18 1-07.2 State Taxes 19 This section is revised to read: 20 21 The Washington State Department of Revenue has issued special rules on the state 22 sales tax.Sections 1-072(1)through 1-07.2(3)are meant to clarify those rules.The 23 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a 24 misunderstood tax liability. 25 26 The Contracting Agency may deduct from its payments to the Contractor,retainage or 27 lien the bond,in the amount the Contractor owes the State Department of Revenue, 28 whether the amount owed relates to the Contract in question or not.Any amount so 29 deducted will be paid into the proper State fund on the contractor's behalf.For 30 additional information on tax rates and application refer to applicable RCWs,WAGS or 31 the Department of Revenue's website. 32 33 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally- 34 Owned Land 35 This section including title is revised to read: 36 37 1-07.2(1) State Sales Tax: WAC 458-20-171 —Use Tax 38 For Work designated as Rule 171, Use Tax,the Contractor shall include for 39 compensation the amount of any taxes paid in the various unit Bid prices or other 40 Contract amounts.Typically,these taxes are collected on materials incorporated into 41 the project and items such as the purchase or rental of;tools, machinery, equipment, or 42 consumable supplies not integrated into the project. di 43 44 The Summary of Quantities in the Contract Plans identifies those parts of the project 45 that are subject to Use Tax under Section 1-07.2(1). 46 47 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 48 This section including title is revised to read: 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4)14 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ire 1 1-07.2(2) State Sales Tags WAC 451840-170—Retail Sales Tax 'illi 2 For Work deed as Rule 170,Rett Sales Tax,the Contractor shall collect from 3 the Contracting Agency,Rem Sales Tax on the full Contract price.The Cor*actltg 4 Agency will astornaticaly add this Retail Sam Tax to each paiyrnent to the Contractor 5 and for*is reason;the Contractor shall not include the Rektil Sales Tax in the unil Bid 6 prices or in any other Contract amount.!-layer,the Contracting Agency will not 7 provide addtnal compensation to the Prime Cacr or Subcontractor for Retail 8 Sales Taxes paid by the Contractor in adcfition to the Retail Sales Tax on the total - 9 contract moist_Typically,these taxes are collected on kerns such as the purchase or 10 rental of;tools.matey,ecupment,or consumable supplies not integrated intro the 11 project.Such sales taxes shall be included in the unit Bid prices or in any other Contract a• 12 amounts. 13 14 The Summary of Quantities in the Contract Plans identifies those pads of the project 15 that are subject to Retail Sales Tax under Section 1-07.2(2)- 16 17 1-07.2(3) Services 18 This section is revised to read: 19 20 Any contract wholly for professional or other applicable services is generally not subject 21 to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from 22 the Contracting Agency on those Contracts.Any incidental taxes paid as pad of .. 23 providing the services shall be included in the payments under the contract. 24 25 1-08.AP 1 26 Section 1-08, Prosecution and Progress 27 May 5, 2014 ■• 28 1-08.1 Subcontracting 29 The eighth paragraph is revised to read: 30 31 On all projects,the Contractor shall certify to the actual amounts paid to Disadvantaged, m` 32 Minority,Women's, or Small Business Enterprise firms that were used as 33 Subcontractors,lower tier subcontractors, manufacturers, regular dealers,or service 34 providers on the Contract.This Certification shall be submitted to the Project Engineer 35 on a monthly basis each month between Execution of the Contract and Physical 36 Completion of the contract using the application available at: 37 https://remoteapps.wsdot.wa.gov/mapsdata/tools/dbeparticipation.The monthly report is 38 due 20 calendar days following the end of the month.A monthly report shall be "'- 39 submitted for every month between Execution of the Contract and Physical Completion 40 regardless of whether payments were made or work occurred. 41 42 The ninth paragraph is deleted. 43 44 1-10.AP 1 45 Section 1-10, Temporary Traffic Control 46 August 4, 2014 47 1-10.1(1) Materials 48 The following material reference is deleted from this section: ie AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 is wr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4 rat 1 2 Barrier Drums 9-35.8 3 4 1-10.1(2) Description 5 The fust paragraph is revised to read: 1 6 7 The Contractor shall provide naggers.and al other personnel squired for labor for 8 traffic control acmes and not otherwise spewed as being fwd by the 9 Contracting Agency. 10 11 1-102(1) General 12 In the third paragraph,the fist two sentences are revised to read: ' 13 14 The primary and alternate TCS shall be certified by one of the organizations listed in the 15 Special Provisions. Possession of a current Washington State TCS card and flagging 16 card by the primary and alternate TCS is mandatory. 17 18 1-10.2(1)B Traffic Control Supervisor 19 The first paragraph is revised to read: tiir 20 21 A Traffic Control Supervisor(TCS)shalt be present on the project whenever flagging or 22 other traffic control labor is being utilized or less frequently,as authorized by the 23 Engineer. 24 25 The last paragraph is revised to read: 26 27 The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 28 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, 29 provided that the duties of the TCS are accomplished. 30 31 1-10.2(2) Traffic Control Plans 32 The first paragraph is revised to read: 33 34 The traffic control plan or plans appearing in the Contract documents show a method of 35 handling vehicle,bicycle, and pedestrian traffic. All construction signs,flaggers, and 36 other traffic control devices are shown on the traffic control plan(s)except for 37 emergency situations. If the Contractor proposes adding the use of flaggers to a plan, 38 this will constitute a modification requiring approval by the Engineer.The modified plans 39 shall show locations for all the required advance warning signs and a safe, protected 40 location for the flagging station.If flagging is to be performed during hours of darkness, 41 the plan shall include appropriate illumination for the flagging station. 42 43 In the second paragraph, the second sentence is revised to read: 44 45 Any Contractor-proposed modification, supplement or replacement shall show the 46 necessary construction signs, flaggers, and other traffic control devices required to 47 support the Work. 48la 49 1-10.2(3) Conformance to Established Standards 50 In the second paragraph, the second sentence is revised to read: 51 AMENDMENTS TO THE 2914 STANDARD SPECIFICATIONS BOOK Revised:8/4114 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vvww.bxwa.com-Always Verify Scale rr 1 The National Cooperative lighway Research Pr*ct(NCHRP)Report 350 and the "'r" 2 AASHTO Manual for Assessing Safety Hardware(MASH)have established 3 regulatreris for aash testing_ 4 es rg- 4 5 In the third paragraph.NCHRP 350"is revised to read P 350 or MASH'. 6 7 In the fourth paragraph,' P 350"is revised to read NCHRP 350 or MAST-I"- 8 9 In the fifth paragraph.-NC1-RP 350'is revised to r+ead'NG'1-IRP 350 or 10 11 1-10.3(1) Traffic Control Labor 12 The first paragraph is revised to read: 13 14 The Contractor shag furnish all personnel for flagging,for the execution of a 15 procedures related to temporary traffic control and for the setup,maintenance and 16 removal of all temporary traffic control devices and conn signs necessary to 17 control vehicular,bicycle,and pedestrian traffic during construction operations. 18 19 1-10.3(1)A Flaggers and Spotters 20 This section's title is revised to read: 21 22 Flaggers 23 24 The first paragraph is revised to read: 25 26 Flaggers shall be posted where shown on approved Traffic Control Plans or where 27 directed bythe Engineer.All flaggers shalla current flagging card issued n9 99e possess ag9 9 by 28 the State of Washington,Oregon,Montana,or Idaho.The flagging card shall be 29 immediately available and shown to the Contracting Agency upon request. ar 30 31 The last paragraph is deleted. 32 33 1-10.3(1)B Other Traffic Control Labor do 34 This section is revised to read: 35 36 In addition to flagging duties,the Contractor shall provide personnel for all other traffic 37 control procedures required by the construction operations and for the labor to install, 38 maintain and remove any traffic control devices shown on Traffic Control Plans. 39 40 1-10.3(3)B Sequential Arrow Signs 41 This section is supplemented with the following: 42 43 A sequential arrow sign is required for all lane closure tapers on a multilane facility.A .r 44 separate sequential arrow sign shall be used for each closed lane.The arrow sign shall 45 not be used to laterally shift traffic.When used in the caution mode,the four corner 46 mode shall be used. 47 48 1-10.3(3)C Portable Changeable Message Signs 49 This section is revised to read: 50 51 Where shown on an approved traffic control plan or where ordered by the Engineer,the 52 Contractor shall provide,operate, and maintain portable changeable message signs ■ AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 rr m Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 (PCMS).A PCMS shad be placed inlind a barrier or guardrail whenever passobie,but 2 shag at a minim=provkle 4 ft.of lateral clearance to edge of baveged lane and be 3 dein ed by channefization devices_The Corgractor shall remove the PCMS from the 4 clear zone when not in use unless profixted by barrier or guardrad. 5 6 1-10..3(3)F Barrier Drums 7 This section inducrog the is deleted in ds entirety and replaced with the following: 8 9 1-10.3(3)F Vacant 10 11 1-10.3(3)K Portable Temporary Traffic Control Signal 12 The fifth paragraph is revised to read: 13 14 The Project Engineer or designee will inspect the signal system at intial 15 installation/operation and approve the signal taming.Final approval will be based on the 16 results of the operational inspection. " 17 18 1-10.4(2) Item Bids With Lump Sum for Incidentals 19 In the second paragraph,the first and second sentences are revised to read: 20 21 "naggers"will be measured by the hour. Hours will be measured for each flagging 22 station,shown on an approved Traffic Control Plan,when that station is staffed in 23 accordance with Section 1-10.3(1)A. is 24 25 The first sentence of the last bulleted item in this section is revised to read: 26 27 Installing and removing Barricades,Traffic Safety Drums,Cones,Tubular Markers and 28 Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 29 30 1-10.5(2) Item Bids With Lump Sum for Incidentals 31 This section is deleted and replaced with the following: 32 33 "Traffic Control Supervisor", lump sum. 34 35 The lump sum Contract payment shall be full compensation for all costs incurred bythe 36 Contractor in performing the Work defined in Section 1-10.2(1)B. 37 w 38 "Pedestrian Traffic Control", lump sum. 39 40 The lump sum Contract payment shall be full compensation for all costs incurred by the 41 Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. 42 43 "Flaggers", per hour. 44 45 The unit Contract price,when applied to the number of units measured for this item in 46 accordance with Section 1-10.4(2),shall be full compensation for all costs incurred 47 bythe Contractor in performing the Work defined in Section 1-10.3(1)A. 48 1rr 49 "Other Traffic Control Labor",per hour. 50 Ilik AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 it Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Ilii rw 1 The lord Contract price,when aped to the number of ups measured for this item in 2 accordance with Section 1-10.4(2),shall be full com enstion for all labor costs kicurred 3 by the Cordrac ix in perforn ng the Work speared for this item in Section 1-1 0.4(7). 4 5 "Construction Signs Class A" per scluare foot. 6 7 The unit Contract price,when applied to the mintier of mks measured for this item in 8 accordance writ)Section 1-10.4(21 she:/be full compiensation for all costs incurred by 9 the Contractor in performing the Work des bed in Section 1-1a3(3)A.in the event that 10 "Do Not Pass"and"Pass With Care"signs must be left in place,a change order,as 11 described in Section 1-04.4,will be required.When the Bid Proposal contains the kern 12 "Sign Covering",then covering those signs kacakid in the Contract will be measured 13 and paid accordfing to Section 8-21. 14 15 "Sequential Arrow Sign',per hour. ar 16 17 The unit Contract price,when applied to the number of units measured for this item in 18 accordance with Section 1-10.4(2),shat be fug compensation for all costs incurred by 19 the Contractor in performing the Work described in Section 1-10.3(3)B. 20 21 "Portable Changeable Message Sign",per hour. 22 23 The unit Contract price,when applied to the number of units measured for this Kern in 24 accordance with Section 1-10.4(2),shall be full compensation for all costs incurred by 25 the Contractor in performing the Work for procuring all portable changeable message 26 signs required for the project and for transporting these signs to and from the project. A'" 27 28 "Transportable Attenuator", per each. 29 rr 30 The unit Contract price,when applied to the number of units measured for this item in 31 accordance with Section 1-10.4(2),shall be full compensation for all costs incurred by 32 the Contractor in performing the Work described in Section 1-10.3(3)J except for costs 33 compensated separately under the items"Operation of Transportable Attenuator"and +•� 34 "Repair Transportable Attenuator". 35 36 "Operation of Transportable Attenuator", per hour. 37 WA 38 The unit Contract price,when applied to the number of units measured for this item in 39 accordance with Section 1-10.4(2),shall be full compensation for all costs incurred by 40 the Contractor in performing the Work for operating transportable attenuators on the 41 project. 42 43 "Repair Transportable Attenuator", by force account. 44 WO 45 All costs of repairing or replacing transportable attenuators that are damaged by the 46 motoring public while in use as shown on an approved Traffic Control Plan will be paid 47 for by force account as specified in Section 1-09.6. To provide a common Proposal for 48 all Bidders, the Contracting Agency has estimated the amount of force account for 49 "Repair Transportable Attenuator"and has entered the amount in the Proposal to 50 become a part of the total Bid by the Contractor.Transportable attenuators damaged 51 due to the Contractor's operation or damaged in any manner when not in use shall be .r 52 repaired or replaced by the Contractor at no expense to the Contracting Agency. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 an Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wk 1 tot 2 Temporary Traffic Cantor,lump sura. 3 4 The lump sum Contract payment std be fu compensation for al costs incurred by the 5 Contractor in pert nnirg the Work defined in Section 1-10,and which costs are not 6 compensated by one of the above-bsted items. 7 8 `Portable Thy Traffic Control Signar,lump sum. 9 10 The hunci sum Contract payment shall be full compensation for a/costs incurred by the 11 Contractor in performing the Work as described in Section 1-10.3(3)K, all 12 costs for bat&control dtsing manual control,ad)ustment.malfunction,or failure of the 13 portable traffic control signals and during replacement of failed or mralfurs:tioning 14 signals. 15 16 2-01.AP2 s"' 17 Section 2-01,Clearing,Grubbing, and Roadside Cleanup 18 August 4,2014 19 2-01.3(1) Clearing 20 In the second paragraph,item number 3(up until the colon)is revised to read: 21 22 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from 23 the top,side,or end surface of the embankment or any structure and are in a 24 location that will not be terraced as described in Section 2-03.3(14): 25 26 2-03.AP2 27 Section 2-03, Roadway Excavation and Embankment so 28 August 4, 2014 29 2-03.3(14) Embankment Construction 30 The third paragraph is revised to read: 31 32 Hillside Terraces—The Contractor shall terrace the original ground or embankment 33 when the slope of the surface is 2H:1 V or steeper unless otherwise directed by the Mk 34 Engineer.The face of each terrace shall be a minimum of 1 foot and a maximum of 5 35 feet in height and shall be vertical or near vertical as required to remain stable during 36 material placement and compaction.The bench of the terrace shall slope outward to sit 37 drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged 38 during work shall be reestablished.The Engineer may order the Contractor to place 39 gravel backfill, pipe drains or both to drain any seepage. 40 41 2-03.3(14)L Embankment Widening for Guardrail 42 The first sentence is revised to read: 43 44 Embankments widened for the installation of beam guardrail shall be terraced in 45 accordance with the requirements for hillside terraces in Section 2-03.3(14). 46 47 The second sentence is deleted. 48 BB AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 i Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwvw.bxwa.com-Always Verify Scale r rr 1 3-04.AP3 2 Section 3- 04,Acceptance of Aggregate 3 August 4,2014 rr 4 3-04.5 Payment 5 In Table 2.the raw coring the ftem"HMA Aggregate is revised to react 6 9-03.8(2) li3MA ate 15 15 Uncompadted Void Celt. Is rr 7 8 9 5-01.AP5 10 Section 5-01,Cement Concrete Pavement Rehabilitation 11 August 4,2014 „N, 12 5-01.2 Materials 13 The referenced section for the following item is revised to read: 14 15 Dowel Bars 9-07.5 16 17 5-01.3(4) Replace Portland Cement Concrete Panel 18 In the third paragraph,the last sentence is deleted. 19 20 The seventeenth paragraph(beginning with"The Contractor shall place a bond-breaking 21 material...")is deleted. 22 .. 23 5-02.AP5 24 Section 5-02, Bituminous Surface Treatment 25 August 4, 2014 26 5-02.3(11) Temporary Raised Pavement Markings 27 This section's title is revised to read: • 28 29 Temporary Pavement Markings 30 31 The word"raised"is deleted from this section. AO 32 33 5-04.AP5 34 Section 5-04, Hot Mix Asphalt 35 August 4, 2014 36 5-04.3(7)A3 Commercial Evaluation io 37 The second sentence in the first paragraph is revised to read: 38 39 Mix designs for HMA accepted by commercial evaluation shall be submitted to the 40 Project Engineer on WSDOT Form 350-042. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 +r Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale fir 1 2 5-04.3(10)A General 3 In the est paragraph,'1decking'and`cxadcng"are deleted. 4 5 In the third paragraph,the followirg new sentence is irserbad after the second sentence: + ► 6 7 Coverage with a steel wheel roller may precede Plasm&firedrnrg. 8 9 in the fiord paragraph,the following new senteme is inserted before the last sentence: 10 11 Rtrdless of mix temperature,a roller shaft not be operated in a mode that results in 12 checking or cracking of the mat. 13 14 5-04.3(10)B1 General 15 in this section,"Project Engineer is revised to read'Encjneer. 16 am 17 The first paragraph is revised to read: 18 19 HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic 20 lanes,including lanes for ramps,truck climbing,weaving,and speed change,and 21 having a specified compacted course thickness greater than 0.10 foot,shall be 22 compacted to a specified level of relative density.The specified level of relative density 23 shall be a Composite Pay Factor(CPF)of not less than 0.75 when evaluated in ally 24 accordance with Section 1-06.2,using a minimum of 91 percent of the maximum 25 density.The percent of maximum density shall be determined by WSDOT FOP for 26 AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when 27 usingcores to determine density.The specified level of density pecfie attained will be 28 determined by the statistical evaluation of the density of the pavement. 29 30 The following four new paragraphs are inserted after the first paragraph: 31 32 Tests for the determination of the pavement density will be taken in accordance the 33 required procedures for measurement by a nuclear density gauge or roadway cores 34 after completion of the finish rolling. 'a" 35 36 If the Contracting Agency uses a nuclear density gauge to determine density the test 37 procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the am 38 mix is placed. 39 40 Roadway cores for density may be obtained by either the Contracting Agency or the 41 Contractor in accordance with WSDOT SOP 734.The core diameter shall be 4-inches 42 unless other approved by the Engineer. Roadway cores will be tested by the 43 Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 44 45 If the Contract includes the Bid item"Roadway Core"the cores shall be obtained by the 46 Contractor in the presence of the Engineer on the same day the mix is placed and at 47 locations designated by the Engineer. If the Contract does not include the Bid item 48 "Roadway Core"the Contracting Agency will obtain the cores. 49 50 5-04.3(10)B4 Test Results 51 The first paragraph is revised to read: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 Its Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr 1 The results of an compaction acceptance testlg and the CPF of the k*ager three 1111 2 sates have been tested+nom be amiable to the Coribractor through CT's website. 3 Deform on of the relative densily tithe HIAA w h a nuclear densty gauge requires a 4 conelatiiam faces and may require resolution atter the condabon fader is known. 5 Acceptance of HMA compaction will be based on the st3tisfical evaluation and CPF so 6 determined_ 7 8 In the second paragraph,the first sentence is revised to rte: .rr 9 10 For a s ubtot that has been tested with a nuclear density gauge that did not meet the 11 minimum of 91 percent of the reference maximum density in a compaction lot with a 12 CPF below 1.00 and thus subject to a price reduction or rejection,the Contractor may 13 request that a core be used for determination of the relative density of the sublet. 14 15 In the second sentence of the second paragraph,'moisture-density is revised to read 16 "day"'. 17 18 In the second paragraph,the fourth sentence is deleted. 19 20 5-04.4 Measurement 21 The following new paragraph is inserted after the first paragraph: 22 ,.m 23 Roadway cores will be measured per each for the number of cores taken. 24 25 The second to last paragraph is deleted. 26 27 5-04.5 Payment 28 The bid item"Removing Temporary Pavement Marking",per linear foot and paragraph 29 following bid item are deleted. „r, 30 31 The following new bid item is inserted before the second to last paragraph: 32 33 "Roadway Core", per each. 34 35 The Contractor's costs for all other Work associated with the coring (e.g.,traffic control) 36 shall be incidental and included within the unit Bid price per each and no additional 37 payments will be made. 38 39 5-05.AP5 40 Section 5-05, Cement Concrete Pavement 41 August 4, 2014 1110 42 5-05.3(1) Concrete Mix Design for Paving 43 The second and third rows of the table in item number 3 are revised to read: 44 Coarse Aggregate +30 Pounds -30 Pounds rr Fine Aggregate +30 Pounds -30 Pounds 45 46 5-05.4 Measurement 47 The fourth paragraph is supplemented with the following new sentence: 48 rs AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 Mr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale a 1 Tie bars with dal holes in cement concrete pavement placed under the Contract wad not 2 be measured 3 4 5-05.5 Payment 5 The paragraph following the Bid learn'Tie Bar wah D Hole",per each is supplemented with 6 the following new sentence: 7 8 All costs for tie bars with drl1 holes in cement concrete pavement plated under the 9 Contract shall be included in the rya Contract price per cubic yard for'Cerrt.Conc_ 10 Pavement'. 11 12 6-022.AP6 13 Section 6-02,Concrete Structures 14 August 4,2014 15 6-02.3(1) Classification of Structural Concrete 16 In paragraph two. item number 1 is revised to read: 17 18 Mix design and proportioning specified in Sections 6-02.3(2),6-02.3(2)A and 6- 19 02.3(2)A1. 20 21 Item number 3 is renumbered to 4. 22 23 After the preceding Amendments are applied,the following new numbered item is inserted 24 after item number 2: 25 26 3. Temperature and time for placement requirements specified in Section 6-02.3(4)D. 27 28 6-02.3(2) Proportioning Materials 29 In the third paragraph,the first sentence is revised to read: 30 31 The use of fly ash is required for Class 4000P concrete,except that ground granulated 32 blast furnace slag may be substituted for fly ash at a 1:1 ratio. 33 34 In the table titled"Cementitious Requirement for Concrete",the row beginning with"4000D" 35 is deleted. Irr 36 37 The fourth paragraph is revised to read: 38 39 When both ground granulated blast furnace slag and fly ash are included in the 40 concrete mix,the total weight of both these materials is limited to 40 percent by weight 41 of the total cementitious material for concrete class 4000A,and 50 percent by weight of 42 the total cementitious material for all other classes of concrete. 43 44 6-02.3(2)A Contractor Mix Design 45 The first paragraph is revised to read: 46 47 The Contractor shall provide a mix design in writing to the Engineer for all classes of 48 concrete specified in the Plans except for lean concrete.and commercial concrete. No 49 concrete shall be placed until the Engineer has reviewed the mix design. The required 50 average 28-day compressive strength shall be selected in accordance with ACI 318, a AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 a Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 Chapter 5,Section 5.32.ACt 211.1 and ACt 318 shall be used to determine 2 proportions.Al proposed concrete mixes except Class 40011)shall meet the 3 reciisemeafs in Cetnertitious Requirement for Concrete in Section 6-02.39). 4 5 In the fourth paragraph,the fourth sentence is deleted. 6 7 In the sixth paragraptr,the fete sentence is deleted_ 8 rr 9 In the seventh paragraph,the fast sentence is deleted_ 10 11 The eighth paragraph is revised to read: rr 12 13 Air content for concrete Class 40001 shall conform to Semon 6-01.3(2)A1. For all 14 other concrete,air content shall be a minimum of 4.5 percent tt and a maximum of 75 15 percent for all concrete placed above the flashed ground line. .. 16 17 The following new sub-section is added: 18 19 6-02.3(2)A1 Contractor Mix Design for Concrete Class 40000 20 All Class 4000D concrete shall be a project specific performance mix design conforming 21 to the following requirements: 22 23 1. Aggregate shall use combined gradation in accordance with Section 9-03.1(5) 24 with a nominal maximum aggregate size of 1-1/2 inches. 25 26 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with ma 27 AASHTO T 277. 28 29 3. Freeze-thaw durability shall be provided by one of the following methods: 30 a. The concrete shall maintain an air content between 4.5 and 7.5 percent. 31 b. The concrete shall maintain a minimum air content that achieves a 32 durability factor of 90 percent, minimum,after 300 cycles in accordance 33 with AASHTO T 161, Procedure A. This air content shall not be less than �•. 34 3.0 percent. Test samples shall be obtained from concrete batches of a 35 minimum of 3.0 cubic yards. 36 37 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in 38 accordance with ASTM C 672. 39 40 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with 41 AASHTO T 160. 42 43 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 44 45 7. Density shall be measured in accordance with ASTM C 138. 46 47 The Contractor shall submit the mix design in accordance with Section 6-02.3(2)A.The 48 submittal shall include test reports for all tests listed above that follow the reporting 49 requirements of the AASHTO/ASTM procedures. Samples for testing may be obtained 50 from either laboratory or concrete plant batches. If concrete plant batches are used,the 51 minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 me sr Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale designer deck. Engineer at least 30 calendar days prior to the placement of in 2 the 3 4 6-02.3(4)1) Temperature and Time For Placement 5 The first two serer axe revised to read: rir 6 7 Concrete temperatures shall rem**between 55'F and 90'F wile ft is being placed, 8 except that Class 40011)concrete temperatures shall remain between 55"F and 75`F art 9 during placement.Precast concrete that is heat cured in accordance with Section 6- 10 02.3(25)D shaft remain between 50T and 90T while being ptaced. 11 12 6-02.3(5)A General ow 13 The first paragraph is revised to read: 14 15 Concrete for the following appicaf ons will be accepted based on a Certificate of 16 Compliance to be provided by the soppy as described in Section 6-02.3(5)8; m 17 18 1. Lean concrete. 19 20 2. Commercial concrete. 21 22 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 23 rr 24 4. Class 4000P concrete for Type ll,Ill,and CCTV Signal Standard Foundations 25 that are 12'-0"or less in depth. 26 rir 27 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" 28 or less in depth. 29 30 6. Class 4000P concrete for Steel Light Standard Foundations Types A&B. rii► 31 32 The following new sentence is inserted at the beginning of the second paragraph: 33 34 Slip-form barrier concrete will be accepted based on conformance to the requirements 35 for temperature, air content and compressive strength at 28 days for sublots as tested 36 and determined by the Contracting Agency. 37 tak 38 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 39 The second paragraph is revised to read: 40 41 The Contractor shall provide and maintain a sufficient number of cure boxes in 42 accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure 43 boxes shall be readily accessible and no more than 500 feet from the point of 44 acceptance testing, unless otherwise approved by the Engineer.The Contractor shall 45 also provide, maintain and operate all necessary power sources and connections 46 needed to operate the cure boxes.The cure boxes shall be in-place and functioning at 47 the specified temperature for curing cylinders prior to concrete placement. Concrete 48 cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for Mr 49 AASHTO T 23.The cure boxes shall have working locks and the Contractor shall 50 provide the Engineer with one key to each of the locks. Once concrete cylinders are 51 placed in the cure box,the cure box shall not be disturbed until the cylinders have been AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 ilk Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale X111 1 removed.The Contractor shall ren the cue box Tenrperiftue Measuring Device log 2 and provide it to the Engineer upon request. 3 4 The Mowing new paragraph is marled after the last paragraph: nr 5 6 All cure box costs shall be incidental t ro the meted item of work. 7 8 6-02.3(6)A2 Cold Weather Protection 9 The first sentence in the fest paragraph is revised to react 10 11 This Specification appfies when the weather forecast on the day of concrete placement - 12 prerficts ak temperatures below 35•F at any Bene during the 7 days following placement. 13 14 The first sentence of the second paragraph is revised to read: 15 16 The temperature of the concrete shall be maintained above 50°F during the entire 17 curing period or 7 days,whichever is greater. 18 19 6-02.3(10)D Concrete Placement, Finishing,and Texturing 20 This section is supplemented with the following new sub-sections: 21 22 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete 23 After the Contractor receives the Engineer's approval for the Class 4000D concrete mix 24 design,and a minimum of seven calendar days prior to the first placement of bridge 25 deck concrete,the Contractor shall construct a test slab using concrete of the approved 26 mix design. 27 28 The test slab may be constructed on grade,shall have a minimum thickness of eight- 29 inches,shall have minimum plan dimensions of 10-feet along all four edges,and shall err 30 be square or rectangular. 31 32 During construction of the test slab,the Contractor shall demonstrate concrete sampling 33 and testing, use of the concrete temperature monitoring system,the concrete fogging 34 system,concrete placement system,and the concrete finishing operation. The 35 Contractor shall conduct the demonstration using the same type of equipment to be 36 used for the production bridge decks, except that the Contractor may elect to finish the 37 test slab with a hand-operated strike-board. 38 39 After the construction of the test slab and the demonstration of bridge deck construction 40 operations is complete,the Contractor shall remove and dispose of the test slab in 41 accordance with Sections 2-02.3 and 2-03.3(7)C. 42 43 6-02.3(10)D2 Preparation for Concrete Placement 44 Before placing bridge approach slab concrete,the subgrade shall be constructed in gor 45 accordance with Sections 2-06 and 5-05.3(6). 46 47 Before any concrete is placed,the finishing machine shall be operated over the entire 48 length of the deck/slab to check screed deflection.Concrete placement may begin only 49 if the Engineer approves after this test. 50 51 Immediately before placing concrete,the Contractor shall check(and adjust if 52 necessary)all falsework and wedges to minimize settlement and deflection from the AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 sr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1r 1 added mass of the concrete decub.The Contractor shall also install devices,such 2 as telltales,by which the Engineer can madly measure and deflection. 3 4 6-023(10)133 Gose Placement 5 The placement operation shall cover the full width of the bridge deck or the full width 6 between construction joints..The Contractor shall locale any construction joint over a 7 beam or web that can support the dect<dslab on either side of the joint.The joint shall not 8 oc w over a per unless the Plans pannit.Each joint stray be formed vertically and in orb 9 true alrvnet.The Contractor shall not release bisework or wedges supporting bridge 10 deck placement sections on either side of a joint until each side has aged as these 11 Speafications require. 12 13 Placement of concrete for bridge decks and bridge approach slabs shall comply with 14 Section 6-023(6).In placing the concrete,the Contractor shall 15 16 1. Place it(without segregation)against concrete placed earlier,as near as rr 17 possible to its final position,approximately to grade,and in shallow,closely 18 spaced piles; 19 20 2. Consolidate it around reinforcing steel by using vibrators before strike-off by the 21 finishing machine; 22 23 3. Not use vibrators to move concrete; r 24 25 4. Not revibrate any concrete surface areas where workers have stopped prior to 26 screeding; 27 ma 28 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 29 before concreting them; 30 Mb 31 6. Maintain a slight excess of concrete in front of the screed across the entire 32 width of the placement operation; 33 34 7. Operate the finishing machine to create a surface that is true and ready for final e1 35 finish without overfinishing or bringing excessive amounts of mortar to the 36 surface;and 37 38 8. Leave a thin,even film of mortar on the concrete surface after the last pass of 39 the finishing machine pan. 40 41 Workers shall complete all post screeding operations without walking on the concrete. 42 This may require work bridges spanning the full width of the deck/slab. 43 44 After removing the screed supports,the Contractor shall fill the voids with concrete (not 45 mortar). 46 47 If the surface left by the finishing machine is porous, rough,or has minor irregularities, 48 the Contractor shall float the surface of the concrete. Floating shall leave a smooth and SO 49 even surface. Float finishing shall be kept to the minimum number of passes necessary 50 to seal the surface. The floats shall be at least 4-feet long. Each transverse pass of the 51 float shall overlap the previous pass by at least half the length of the float.The first 52 floating shall be at right angles to the strike-off.The second floating shall be at right AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r 1 angles to the cerrtedate of the span.A smooth riding surface shag be mair#ained across 2 corgi folds. 3 4 The edge of comileted roadwayslabs at expansion joints and compression seats shall a 5 have a 3(8-inch radius. 6 7 After floating,bit while the concrete rerr at s plastic,the Contractor shall test the entire 8 deddslab for flatness(allowing for crown,camber,and vertical ctuvidure).The testing 9 shall be done with a 10-foot straightedge held on the surface.The straightedge shall be 10 advanced in successive positions parallel to the+fie,moving not more than one 11 half the length of the sbatittedge each time a advances.This procedure shad be r 12 repeated with the straightedge held perpendcutar to the centerline.An acceptable 13 surface shall be one free from deviations of more than1/8-inch under the 10-foot 14 straightedge. 15 16 If the test reveals depressions,the Contractor shall fill them with freshly mixed concrete, 17 stice off,consolidate,and refinish them.High areas shall be cut down and refinished. 18 Retesting and refinishing shall continue until a surface conforming to the requirements 19 specified above is produced. 20 21 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 22 The Contractor shall monitor and record the concrete temperature and ambient ., 23 temperature hourly for seven calendar days after placement. The Contractor shall 24 monitor and record concrete temperature by placing two maturity meter temperature 25 monitoring devices in the bridge deck at locations specified by the Engineer.The 26 Contractor shall monitor ambient temperature using maturity meters near the locations 27 where concrete temperature is being monitored.When the bridge deck is being 28 enclosed and heated to meet cold weather requirements,ambient temperature readings 29 shall be taken within the enclosure.The Contractor shall submit the concrete ,e1 30 temperature and ambient temperature data to the Engineer in spreadsheet format within 31 14 calendar days from placing the bridge deck concrete. 32 33 The Contractor shall submit the type and model of maturity meter temperature 34 monitoring device,and the associated devices responsible for recording and 35 documenting the temperature and curing time,to the Engineer at least 14 calendar days 36 prior to the pre-concreting conference for the first bridge deck to be cast. The 37 placement and operation of the temperature monitoring devices and associated devices "t` 38 will be an agenda item at the pre-concreting conference for the first bridge deck to be 39 cast. 40 41 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 42 Except as otherwise specified for portions of bridge decks receiving an overlay or 43 sidewalk under the same Contract,the Contractor shall texture the surface of the bridge 44 deck as follows: 45 46 The Contractor shall texture the bridge deck using diamond tipped saw blades 47 mounted on a power driven, self-propelled machine that is designed to texture a 48 concrete surfaces. The grooving equipment shall provide grooves that are 1/8"± 49 1/64"wide, 3/16" ±1/16" deep, and spaced at 3/4"± 1/8". The bridge deck shall 50 not be textured with a metal tined comb. 51 air a AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 ra so Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 The Cordracior stray subnI the type of grooving equipment to be used to the Ok 2 Engineer for approval 30 calendin days prior to perfornring the work. The 3 Contractor stud demonstrate that the method and equipment for'exhaling the 4 bridge deck era nut chip.spat or otherwise damtge the deck The Contractor shalt 5 not begin texturkig the bridge deck untli receiving the Engineees approval of the 6 Contractors method and equi peri 7 98 Uri i4 approved by the Engineer,the Contractor sharlt a the ro concrete bridge deck surface ether ii a longducfmtd&action,parallel 10 centerline or in a transverse d edion,perpendicular with centerline. The 11 Contractor shalt tex hae the bridge deck surface to within 3-inches mir um and 12 15-inches maximum of the edge of concrete at expansion joints.within 1-foot 13 minimum and 2-feet maximum of the cub fire,and wtt 3-inches minimum and 9- 14 inches maximum of the perimeter of bridge ckain assemblies. 15 16 The Contractor shall contain and collect all concrete dust and debris generated by 17 the bridge deck texturing process,and shall dispose of the collected concrete dust 18 and debris in accordance with Section 2-03.3(7)C. 19 Or 20 If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the 21 bridge deck,the Contractor shall produce the final finish of these areas by dragging a 22 strip of damp,seamless burlap lengthwise over the bridge deck or by brooming it lightly. 23 Approximately 3-feet of the drag shaft contact the surface,with the least possible bow in +rr 24 its leading edge.It shall be kept wet and free of hardened lumps of concrete.When the 25 burlap drag fails to produce the required finish,the Contractor shall replace it.When not 26 in use, it shall be lifted clear of the bridge deck. 27 28 After the bridge deck has cured,the surface shall conform to the surface smoothness 29 requirements specified in Section 6-02.3(10)D3. 30 wth 31 The surface texture on any area repaired to address out-of-tolerance surface 32 smoothness shall match closely that of the surrounding bridge deck area at the 33 completion of the repair. Methods used to remove high spots shall cut through the 34 mortar and aggregate without breaking or dislodging the aggregate or causing spalls. or 35 36 6.02.3(10)D6 Bridge Approach Slab Finishing and Texturing 37 Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, 38 or using metal tined combs in the transverse direction, except bridge approach slabs 39 receiving an overlay in the same Contract shall be finished as specified in Section 6- 40 02.3(10)D5 only. 41 42 The comb shall be made of a single row of metal tines. It shall leave striations in the 43 fresh concrete approximately 3/16-inch deep by 1/8-inch wide and spaced 44 approximately 1/2-inch apart. The Engineer will decide actual depths at the site. If the 45 comb has not been approved,the Contractor shall obtain the Engineer's approval by w' 46 demonstrating it on a test section. The Contractor may operate the combs manually or 47 mechanically, either singly or with several placed end to end. The timing and method 48 used shall produce the required texture without displacing larger particles of aggregate. 49 50 Texturing shall end 2-feet from curb lines. This 2-foot untextured strip shall be hand 51 finished with a steel trowel. 52 Mil AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 ii Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale do 1 Surface smoothness,h gh spots,and low spots shall be addressed as.std in 2 Section 6-0Z3(10)( . The surface texhie on any area cut down or b up shall match 3 dosely that of the surrounding bridge approach stab area. The entire bridge approach 4 slab shaft provide a smooth deka surface. do 5 6 6-02.3(11) Curing Concrete 7 Items rasnber 1 through 4 are deleted and replaced with the ming 5 new numbered 8 items: 9 10 1_ Bridge sidewalks,roofs of cut and cover tunnels—caring compound covered by 11 white,reflective type sheeting or contimsous wet caning_Curing by either method 12 shall be for at least 10 days. 13 14 2. Bridge decks—See Section 6.02.3(11)B_ 15 do 16 3. Bridge approach slabs(Class 40(XA concrete)-2 coats of curing compound and 17 continuous wet cure for at least 10-days. 18 19 4. Concrete barriers and rail bases–See Section 6-02.3(11)A. 20 21 5. All other concrete surfaces—continuous wet cure for at least three days. 22 23 In the second paragraph,the first sentence is replaced with the following three new 24 sentences: 25 26 During the continuous wet cure,the Contractor shall keep all exposed concrete surfaces 27 saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure 28 by leaving the forms in place. If forms are removed during the continuous wet cure 29 period,the Contractor shall treat the concrete as an exposed concrete surface. arr 30 31 The third paragraph is revised to read: 32 33 When curing Class 4000A,two coats of curing compound that complies with Section 9- 34 23.2 shall be applied immediately(not to exceed 15 min.)after tining any portion of the 35 bridge approach slab.The continuous wet cure shall be established as soon as the 36 concrete has set enough to allow covering without damaging the finish. 37 4111. 38 In the fifth paragraph, the first sentence is revised to read: 39 40 If the Plans call for an asphalt overlay on the bridge approach slab,the Contractor shall ,r, 41 use the clear curing compound(Type 1, Class B), applying at least 1 gallon per 150 42 square feet to the concrete surface. 43 44 The eighth paragraph is deleted. 45 46 6-02.3(11)B Curing Bridge Decks 47 This new section is supplemented with the following new sub-sections: 48 49 6-02.3(11)B1 Equipment 50 The Contractor shall maintain a wet sheen,without developing pooling or sheeting 51 water, using a fogging apparatus consisting of pressure washers with a minimum nozzle 52 output of 1,500 psi, or other means approved by the Engineer. do AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 Ars gin Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r 1 2 The Contractor slim sum a bridge deck curing plan to the Engineer a minimum 14 3 calendar days prior to the e ret ig corfefence. The Coritradoes plan shall 4 dame the sequence and firdng that be used to fog the bridge deck,apply pre- 5 soaked burlap,install soaker hoses and cover the deck wdh while rcdediire sheeting. 81 6 7 6-02.3(11)132 Coxing 8 The fogging apparatus shall be in place and charged for*wing prior to beteg 9 concrete placement for the lxidge deck. 10 11 The Contractor shall presoak all burlap to be used to cover the deck duringg curing. 12 13 Immediately after the finishing machine passes over finished concrete,the Contractor 14 shall snptecnent the following tasks: 15 16 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without so 17 developing pooling or sheeting water. 18 19 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover Nis 20 the deck without damaging the finish,other than minor marring of the concrete 21 surface. The Contractor shall not apply curing compound. 22 23 3. The Contractor shall continue to keep the burlap wet by fog spraying until the 24 burlap is covered by soaker hoses and white reflective sheeting. The 25 Contractor shall place the soaker hoses and whiter reflective sheeting after the 26 concrete has achieved initial set.The Contractor shall charge the soaker hoses 27 frequently so as to keep the burlap covering the entire deck wet during the 28 course of curing. 29 30 As an alternative to tasks 2 and 3 above,the Contractor may propose a curing system M, 31 using proprietary curing blankets specifically manufactured for bridge deck curing. 32 Details of the proprietary curing blanket system, including product literature and details 33 of how the system is to be installed and maintained, shall be submitted to the Engineer 34 for approval. 0 35 36 The wet curing regime as described shall remain in place for at least 14 consecutive 37 calendar days. 38 so 39 6-02.3(12)A Construction Joints in New Construction 40 The third paragraph is deleted and replaced with the following three new paragraphs: 41 iirr 42 If the Plans require a roughened surface on the joint,the Contractor shall strike it off to 43 leave grooves at right angles to the length of the member. Grooves shall be installed 44 using one of the following options: 45 46 1. Grooves shall be%to 1 inch wide, %4 to%inch deep, and spaced equally at 47 twice the width of the groove. Grooves shall terminate approximately 1 1A- 48 inches from the face of concrete. 114 49 50 2. Grooves shall be 1 to 2 inches wide, a minimum of'/-inch deep,and spaced a 51 maximum of three times the width of the groove.Grooves shall terminate 52 approximately 1 %-inches from the face of concrete. so Y AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale liil► 1 2 tithe the Contractor may use an Amide method to mortice a 3 roughened surface on the jam,provided that such an Monate method leaves a 4 rofrghetred surface of at least a%-inch ampNude. me 5 6 lithe Test stice-off does not pto trice the regi ed rowshness,the Contactor shaft 7 repeat the process before the concrete reaches initial set:.The fool surface shat be 8 clean and without lailance or loose material_ 9 10 6-02.3(15) Date Numerals 11 The third sentence in the fest paragraph is revised to read: �r 12 13 When an existing Structure is widened or when traffic barrier is placed on an existing 14 Structure,the date shall be for the year in which the oriignal Structure was completed. 15 a* 16 6-02.3(16) Plans for Falsework and Formwork 17 This section is revised to read: 18 19 The Contractor shall submit all plans for falsework and formwork as Type 2E Working 20 Drawings.Submittal is not required for footing or retaining wall formwork if the wall is 4 21 feet or less in height(excluding pedestal height). 22 .w 23 The design of falsework and formwork shall be based on: 24 25 1. Applied loads and conditions which are no less severe than those described in 26 Section 6-02.3(17)A,Design Loads; 1111 27 28 2. Allowable stresses and deflections which are no greater than those described in 29 Section 6-02.3(17)B,Allowable Stresses and Deflections; os. 30 31 3. Special loads and requirements no less severe than those described in 32 Section 6-02.3(17)C, Falsework and Formwork at Special Locations; 33 AO 34 • 4. Conditions required by other Sections of 6-02.3(17),Falsework and Formwork. 35 36 The falsework and formwork plans shall be scale drawings showing the details of 37 proposed construction,including:sizes and properties of all members and components; 38 spacing of bents, posts, studs,wales,stringers,wedges and bracing;rates of concrete 39 placement, placement sequence, direction of placement,and location of construction 40 joints;identification of falsework devices and safe working loads as well as identification 41 of any bolts or threaded rods used with the devices including their diameter, length, 42 type, grade, and required torque.The falsework plans shall show the proximity of 43 falsework to utilities or any nearby Structures including underground Structures. 44 Formwork accessories shall be identified according to Section 6-02.3(17)H,Formwork sot 45 Accessories.All assumptions,dimensions, material properties,and other data used in 46 making the structural analysis shall be noted on the drawing. 47 rr 48 The Contractor shall furnish associated design calculations to the Engineer as part of 49 the submittal. The design calculations shall show the stresses and deflections in load 50 supporting members. Construction details which may be shown in the form of sketches 51 on the calculation sheets shall be shown in the falsework or formwork drawings as well. osis 52 Falsework or formwork plans will be rejected in cases where it is necessary to refer to AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 aw MO Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4 aa► 1 the calculation sheets for inoomralron needed for complete understanding of the 2 falsework and formwork plans or how to constrict the falseviork and formwork_ 3 4 Each sheet of falserllnik and formwork plans shaft carry the following 5 Ali 6 1_ The it is and dates of al participediilg design professionals. 7 8 2. Clear notation of all reViSieltiS i nckiclarg motion of who authorized the rski 9 revision,who made the revision,and the date of the revision. 10 11 3. The Contract number,Contract the,and sequential sheet dumber.These shaft 12 also be on any related docxannenfs. 13 14 4. Identify where the falsework and formwork plan will be utilized by referencing 15 Contract Plan sheet number and related item or detail. 16 17 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 18 This section,including title,is deleted in its entirety and replaced with the following: 19 20 6-02.3(16)A Vacant 21 22 6-02.3(16)B Preapproved Formwork Plans 23 This section,including title,is revised to read: rirk 24 25 6-02.3(16)B Pre-Contract Review of Falsework and Formwork Plans 26 The Contractor may request pre-contract review of formwork plans for abutments, SS 27 wingwalls,diaphragms,retaining walls,columns,girders and beams,box culverts, 28 railings,and bulkheads. Plans for falsework supporting the bridge deck for interior 29 spans between precast prestressed concrete girders may also be submitted for pre- 30 contract review. rr 31 32 To obtain pre-contract review,the Contractor shall electronically submit drawings and 33 design calculations in PDF format directly to: 34 wo 35 BridgeConstructionSupport@wsdot.wa.gov 36 37 The Bridge and Structures Office, Construction Support Engineer will return the , 38 falsework or formwork plan to the Contractor with review notes,an effective date of 39 review,and any revisions needed prior to use.For each contract on which the pre- 40 reviewed falsework or formwork plans will be used,the Contractor shall submit a copy 41 to the Engineer. Construction shall not begin until the Engineer has given concurrence. a" 42 43 If the falsework or formwork being constructed has any deviations to the preapproved 44 falsework or formwork plan,the Contractor shall submit plan revisions for review and 45 approval in accordance with Section 6-02.3(16). 46 47 6-02.3(17)A Design Loads 48 The fifth paragraph is revised to read: 49 50 Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over 51 the entire falsework plan area, plus the greater of: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale are 1 1. Actual weights of the deck finishing fled angled at the rads,or; 2 3 2. A r eimtun load of 75 pounds per knear foot applied at the edge of the bridge 4 deck ar. 5 6 6-02.3(17P Face Lumber,Studs,Wales,and Metal Forms 7 The second to last paragraph is deleted. 8 a" 9 6-02.3(17)0 Early Concrete Test Cylinder Breaks 10 The third paragraph is revised to react 11 12 The cylinders shag be cured in the field in accordance with WSDOT FOP for AASHTO T 13 23 Section 102 Field Curing. 14 15 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 16 The first five paragraphs are deleted and replaced with the following two new paragraphs: 17 18 Grout shall conform to Section 9-20.3(2)for anchor bolts and for bearing assemblies 19 with bearing plates.Grout shall conform to Section 9-20.3(3)for elastomeric bearing 20 pads and fabric pad bearings without bearing plates. 21 22 Grout shall be a workable mix with a viscosity that is suitable for the intended 23 application.The Contractor shall receive approval from the Engineer before using the 24 grout. 25 Am26 6-02.3(26)F Prestressing Reinforcement 27 The last sentence in the fourth paragraph is revised to read: 28 29 If the prestressing reinforcement will not be stressed and grouted for more than 7 le 30 calendar days after it is placed in the ducts,the Contractor shall place an approved 31 corrosion inhibitor conforming to Federal Specification MIL-I-22110C in the ducts. 32 33 6-02.5 Payment 34 In the paragraph following the bid item`Commercial Concrete", per cubic yard the second 35 sentence is revised to read: 36 am 37 All costs in connection with concrete curing,and furnishing and applying pigmented 38 sealer to concrete surfaces as specified,shall be included in the unit contract price per 39 cubic yard for"Conc.Class " 40 41 The following new paragraph is inserted after the bid item"Superstructure (name bridge)", 42 lump sum: 43 - 44 All costs in connection with constructing,finishing and removing the bridge deck test 45 slab as specified in Section 6-02.3(10)D1 shall be included in the lump sum Contract 46 price for"Superstructure_"or"Bridge Deck "for one bridge in each project, as 47 applicable. 48 49 The bid item"Cure Box", lump sum and paragraph following bid item are deleted. 50 410 no AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 AO 1110 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t 6-03.AP6 2 Section 6-03,Steel Structures 3 August 4,2014 4 6-03.3(25)A3 Ultrasonic Inspection 5 The foflowing new paragraph is inserted before the last paragraph: 6 7 A rniumum of 30 pe.rcent of complete penetration vertical welds on steel column jackets 8 thicker than 5(16-nch,within 1.510 column jacket dameter the izsp and bottom of each 9 column,shag be ink.if any rejectable flaws are foumxi, 100 percent of the weld 10 wthin the specified knits shall be inspected.The largest cohnnn crams section diameter 11 for tapered column jackets shall constitute one column jacket diameter. 12 13 6-03.3(25)A4 Magnetic Particle Inspection riww 14 Items number 3 and 4 are revised to read: 15 16 3. Complete penetration groove welds on plates!,6-inch or thinner(excluding steel 17 column jackets)shag be 100 percent tested by the magnetic particle method. 18 Testing shall apply to both sides of the weld,if backing plate is not used.The ends 19 of each complete penetration groove weld at plate edges shall be tested by the 20 magnetic particle method. 21 22 4. A minimum of 30 percent of complete penetration vertical welds on steel column 23 jackets 5/16-inch or thinner,within 1.50 column jacket diameters of the top and 24 bottom of each column,shall be magnetic particle inspected.The largest column 25 cross section diameter for tapered column jackets shall constitute one column jacket 26 diameter. 27 28 The last paragraph is supplemented with the following new sentence: 29 30 If any rejectable flaws are found in any test length of item 4 above, 100 percent of the 31 weld within the specified limits shall be inspected. 32 33 6-03.3(29) Welded Shear Connectors 34 This section's content is deleted and replaced with the following: 35 36 Installation,production control,and inspection of welded shear connectors shall 37 conform to Chapter 7 of the AASHTO/AWS Dl.5M/D1.5:2010 Bridge Welding Code. If 38 welded shear connectors are installed in the shop, installation shall be completed prior 39 to applying the shop primer coat in accordance with Section 6-07.3(9)G. If welded shear 40 connectors are installed in the field to a surface prepared in accordance with Section 6- 41 07.3(9)G, no further surface preparation is necessary provided the shear connectors 42 pass the production control testing required by Chapter 7 of the AASHTO/AWS 43 Dl.5M/D1.5:2010 Bridge Welding Code. 44 we alb S AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar 1 6-05.AP6 .r 2 Section 6-05,Pigg 3 March 3,2014 4 6-05.3(4) Manufacture ure of Steel Casings for Caston-Place Concrete Piles 5 This sedion is revised le react 6 'O 7 The diameter of steel casings shall be as specked in the Contract.A fun-penetration 8 groove weld between welded edges is required. 9 .r 10 6-05.3(5) Manufacture of Steel Piles 11 ills section is revised to read: 12 13 Steel piles shall be made of rolled steel H-pile sections.steel pipe piles;or of other 14 structural steel sections described in the Contract.A full-penetration groove weld 15 between welded edges is required. 16 AO 17 6-05.3(6) Splicing Steel Casings and Steel Piles 18 This section is revised to read: 19 20 The Engineer will normally permit steel piles and steel casings for cast-in-place 21 concrete piles to be spliced.But in each case,the Contractor shall obtain approval on 22 the need and the method for splicing.Welded splices shall be spaced at a minimum 23 distance of 10 feet.Only welded splices will be permitted. 24 25 Splice welds for steel piles shall comply with Section 6-03.3(25)and AWS Dl.1/D1.1 M, 26 latest edition,Structural Welding Code.Splicing of steel piles shall be performed in 27 accordance with an approved weld procedure.The Contractor shall submit a weld 28 procedure to the Engineer for approval prior to welding.For ASTM A 252 material,mill 29 certification for each lot of pipe to be welded shall accompany the submittal.The ends 30 of all steel pipe piling shall meet the fit-up requirements of AWS Dl.1/D1.1 M,latest 31 edition,Structural Welding Code Section 5.22.3.1,"Girth Weld Alignment(Tubular)," 32 when the material is spliced utilizing a girth weld. 33 34 Splice welds of steel casings for cast-in-place concrete piles shall be the Contractor's 35 responsibility and shall be welded in accordance with AWS Dl.1/D1.1M,latest edition, 36 Structural Welding Code.A weld procedure submittal is not required for steel casings 37 used for cast-in-place concrete piles. Casings that collapse or are not watertight,shall 38 be replaced at the Contractor's expense. 39 40 6-07.AP6 41 Section 6-07, Painting 42 January 6, 2014 43 6-07.3(10)E Surface Preparation — Full Paint Removal 44 This section is revised to read: 45 46 For structures where full removal of existing paint is specified,the Contractor shall +rr 47 remove any visible oil,grease, and road tar in accordance with SSPC-SP 1. arr AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 rr +r Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 2 Followlig preparation by SSPC-SP 1,all steel stabces to be painted std be prepared 3 in accordance with SSAG-SP 10,near-vim metal blast Wig.St Des inaccessible 4 to near a metal blast cleaning shall be pared in acccadarice with SSPC-SP 11. 5 power tool cleaning to bare metal,as Armed by the Engineer. rrw 6 7 6-14.AP6 8 Section 6-14,Geosynthetic Retaining Walls r 9 April 7,2014 10 6-14.2 Materials +r 11 In the first paragraph,the section number next.to`Anchor rods and associated nuts,washers 12 and couplers"is revised to read: 13 tab 14 9-06.5(4) 15 16 The following new paragraph is inserted after the fast paragraph: 17 18 Anchor plate shall conform to ASTM A 36.ASTM A 572 Grade 50,or ASTM A 588. 19 20 8-01.AP8 1114 21 Section 8-01, Erosion Control and Water Pollution Control 22 August 4,2014 23 8-01.2 Materials 24 This section is supplemented with the following new paragraph: 25 26 For all seed the Contractor shall furnish the Engineer with the following documentation: 27 28 1. The state or provincial seed dealer license and endorsements. 29 30 2. Copies of Washington State Department of Agriculture(WSDA)test results on 31 each lot of seed.Test results must be within six months prior to the date of 32 application. 33 die 34 8-01.3(1)A Submittals 35 The first sentence in the second paragraph is revised to read: 36 wi► 37 Modified TESC Plans shall meet all requirements of the current edition of the WSDOT 38 Temporary Erosion and Sediment Control Manual M 3109. 39 40 8-01.3(2)A Preparation for Application art 41 This section's content is deleted and replaced with the following two new subsections: 42 43 8-01.3(2)A1 Seeding aro 44 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The 45 areas shall be cultivated to the depths specified to provide a reasonably firm but friable 46 seedbed.Cultivation shall take place no sooner than 2 weeks prior to seeding. 47 111 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 ( 1 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 Al areas to be seeded,includkig excavated slopes shall be conyacted and prepared '~ 2 unless otherwise specified or ordered by the Engineer.A cleated tractor, 3 or singer eqtipment that forms town le:fi ral depressions at least 2 inches deep shall be 4 used for compaction and preparation of the surface 6n be seeded. 5 6 The erdae area shall be ureionnly covered with tongiturinal depressions formed 7 perpendictdar to the rpt flow of water on the slope_The sub shall be conditioned 8 with sufficient water so the longitudinal depressions reernath in the sod surface until 9 completion of the seeding. 10 11 Prior to seeding,the finished grade of the sod shag be 1 inch below the top of all abs, 12 junction and valve boxes,wafers,driveways,and other Structures.The soil shall be in a 13 weed free and bare condition. 14 15 All bags of seed shall be brought to the site in sealed bags and shall have seed labels air 16 attached showing the seed meets the Specifications. Seed which has become wet, 17 moldy,or otherwise damaged in transit or storage will not be accepted. 18 19 8-01.3(2)A2 Temporary Seeding 20 A cleated roller,crawler tractor,or similar equipment that forms longitudinal depressions 21 at least 2 inches deep shall be used for compaction and preparation of the surface to be 22 seeded.The entire area shall be uniformly covered with longitudinal depressions formed 23 perpendicular to the natural flow of water on the slope.The soil shall be conditioned 24 with sufficient water so the longitudinal depressions remain in the soil surface until 25 completion of the seeding. 26 27 8-01.3(2)B Seeding and Fertilizing 28 In the list in the second paragraph,item numbers 1-5 are revised to read: 29 4111 30 1. A hydro seeder that utilizes water as the carrying agent,and maintains continuous 31 agitation through paddle blades. It shall have an operating capacity sufficient to 32 agitate,suspend, and mix into a homogeneous slurry the specified amount of seed 33 and water or other material.Distribution and discharge lines shall be large enough to 34 prevent stoppage and shall be equipped with a set of hydraulic discharge spray 35 nozzles that will provide a uniform distribution of the slurry. 36 37 2. Blower equipment with an adjustable disseminating device capable of maintaining a 38 constant, measured rate of material discharge that will ensure an even distribution of 39 seed at the rates specified. 40 wn 41 3. Helicopters properly equipped for aerial seeding. 42 43 4. Power-drawn drills or seeders. 44 45 5. Areas in which the above methods are impractical may be seeded by hand 46 methods. 47 ,r. 48 8-01.3(2)C Liming 49 This section including title is deleted in its entirety and replaced with the following: 50 err AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 iss Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wwwwwwww a 1 8-01.32C Vit 2 3 8-01.3(2)D Mulching 4 The fit s rder a of the second paragraph is revised to read: 5 w 6 Distalution of straw mulch material shag be by means that ubl es forced al to blow 7 mulch material on seeded areas_ 8 irr 9 8-01.4 Measurement 10 In the twelfth paragraph,'lisri is deleted. 11 12 8-01.5 Payment 1111111 13 The bid kern"Unite,per acre is deleted. 14 15 8-02.AP8 Iv 16 Section 8-02, Roadside Restoration 17 August 4,2014 a 18 8-02.3(1) Responsibility During Construction 19 The last sentence of the second paragraph is revised to read: 20 21 This Work shat include keeping the planted and seeded areas free from insect 22 infestation,weeds or unwanted vegetation,litter,and other debris along with retaining 23 the finished grades and mulch in a neat uniform condition. 24 25 8-02.3(2) Roadside Work Plan 26 This section's title is revised to read: 27 28 Work Plans r 29 30 This section's content is deleted in its entirety and replaced with the following new 31 subsections: 32 33 8-02.3(2)A Roadside Work Plan 34 Before starting any Work that disturbs the earth and as described in Sections 8-01,8-02 35 and 8-03,the Contractor shall submit a roadside work plan. The roadside work plan 36 shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to 37 provide all Contract requirements, including:wetland excavation,soil preparation, 38 habitat structure placement,planting area preparation, seeding area preparation, bark w 39 mulch and compost placement,seeding, planting, plant replacement, irrigation, and 40 weed control in narrative form. 41 42 The Roadside Work Plan shall also include a copy of the approved progress schedule. 43 44 8-02.3(2)8 Weed and Pest Control Plan 45 The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The 46 weed and pest control plan shall include scheduling and methods of all control 47 measures required under the Contract or proposed by the Contractor including soil 48 preparation methods to meet the required soil surface conditions in the planting, bark 49 mulch, and wetland areas. The weed control plan shall show general weed control rr, 50 including hand, mechanical and chemical methods,timing,application of herbicides AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 a Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ' W 1 kiducling type,rate,use and tom,mowing,and noxious treed control Target weeds AN' 2 and urmankod vegetation to be removed shall be identified and Isted in the weed 3 control plan. 4 „■ 5 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 6 or int when chemical pesticides are proposed.The plan shai include methods 7 of weed ck dates of weed control opera and the nam%application rate,and 8 Material Safety Data Sheets of all proposed herbicides.In addition,the Contractor shall 9 furnish the Engineer with a copy of the current product label for each pesticide and 10 spray ac4uvant to be used.These product labels dial be subrred with the weed 11 control plan for approval 12 13 8-02.3(2)C Plant Establishment Plan 14 The Plant Establishment Plan shall be prepared in accordance with the requirements of 15 Section 8-02.3(13)and submitted as a Type 1 Working Drawing.The Plan shall show 110 16 the proposed scheduling of activities,materials,eqtipmert to be utilized for the first- 17 irst17 year plant establishment,and an emergency contact person.The Plan shall include the 18 management of the irrigation system,when applicable.Should the plan become 19 unworkable at any time during the first-year plant establshment,the Contractor shall 20 submit a revised plan prior to proceeding with further Work. 21 22 8-02.3(3) Weed and Pest Control so 23 This section is supplemented with the following new paragraph: 24 25 Grass,including grass applied in accordance with Section 8-01,growing within the 26 mulch ring of a plant shall be considered a weed and be controlled on the project in so 27 accordance with the weed and pest control plan. 28 29 8-02.3(4) Topsoil �,. 30 The last sentence of the first paragraph is revised to read: 31 32 After the topsoil has been spread, all large clods,hard lumps,and rocks 2 inches in 33 diameter and larger,and litter shall be raked up,removed,and disposed of by the 34 Contractor. 35 36 The following new paragraph is inserted after the first paragraph: 37 38 Topsoil stockpiled for project use shall be protected to prevent erosion and weed 39 growth.Weed growth on topsoil stockpile sites shall be immediately eliminated in 40 accordance with the approved Weed and Pest Control Plan. 41 42 8-02.3(4)C Topsoil Type C 43 The last sentence is revised to read: 44 45 Topsoil Type C shall meet the requirements of Sections 8-02.3(4),8-02.3(4)B,and 9- 46 14.1(3). 47 48 8-02.3(13) Plant Establishment 49 The first sentence of the second paragraph is deleted. 50 51 The second paragraph is supplemented with the following new sentence: 52 WO AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 mei +r++ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 The 1 calendar year shall be extended an amount equal to any periods where the aii 2 Contractor does not comply wlih the plant establishment pllan.. 3 4 The fast sentence of the fourth paras is revised to read: 5 6 During the fast year of plait establishment under PSIPE(Plant Selection Inctxfing Pant 7 Estabhstinen),the Contractor shalt meet monthly with the Engineer for the purpose of 8 Joint bispection of the planting material on a mutually agreed upon schedule. 9 10 8-02.5 Payment 11 The paragraph foiowing the bid item'Topsoi Type `,per acre is revised to read: 12 13 The unit Contract price per acre for`Topsoil Type shalt be full payment for all 14 costs for the wed Work 15 16 The bid Dem"Plant Estabkshment- Year is deleted. 17 18 8-04.AP8 19 Section 8-04, Curbs,Gutters, and Spillways 20 August 4, 2014 21 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 22 The first sentence in the fourth paragraph is revised to read: 23 24 Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, 25 and placed at the beginning and ends of curb returns,drainage Structures, bridges,and 26 cold joints with existing curbs and gutters. 27 28 In the third sentence of the fourth paragraph,"V4-inch"is revised to read 51-inch". "e 29 30 8-04.3(1)A Extruded Cement Concrete Curb 31 The second sentence in the second paragraph is revised to read: ev 32 33 Cement concrete curbs shall be anchored to the existing pavement by placing steel 34 reinforcing bars 1 foot on each side of every joint. 35 36 The third paragraph is revised to read: 37 38 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 39 40 8-09.AP8 41 Section 8-09, Raised Pavement Markers 42 April 7, 2014 43 8-09.3(6) Recessed Pavement Marker 44 The following sentence is inserted after the first sentence of the first paragraph: 45 46 The Contractor shall ensure that grinding of the pavement does not result in any 47 damage, (e.g. chipping,spilling or raveling)to the pavement to remain. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 IIW Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale e i di" 2 8-11.AP8 3 Section 8-11,Guardrail .■ 4 April 7,2014 5 8-11.3(1) Beam Guardrail 6 7 After the below Amendments to 8-11.3(1)F and 8-11.3(1)G are applied,this section is 8 supplemented with the fallowing new sub-siert: 9 ✓ 10 8-11.3(1)F Removing and Reselling Beam Guardrail 11 The Contractor shall remove and reset existing guarded posts,rail element.hardware 12 and blocks to the location shown in the Plans. The mounting height of reset rad element 13 shall be at the heiglt shown in the Plans. The void caused by the removal of the post 14 shall be backfilled and compacted. 15 16 The Contractor shall remove and replace any existing guardrail posts and blocks that 17 are not suited for re-use,as staked by the Engineer. The void caused by the removal of 18 the post shall be backfilled and compacted. The Contractor shall then furnish and install 19 a new guardrail post to provide the necessary mounting height. 20 21 8-11.3(1)A Erection of Posts 22 The second paragraph in this section is deleted. 23 m. 24 8-11.3(1)C Terminal and Anchor Installation 25 The last sentence in the last paragraph is deleted. 26 27 8-11.3(1)F Plans """ 28 This section number is revised to: 29 30 8-11.3(1)G 31 32 8-11.3(1)G Guardrail Construction Exposed to Traffic 33 This section number is revised to: 34 do 35 8-11.3(1)H 36 37 8-18.AP8 38 Section 8-18, Mailbox Support 39 August 4, 2014 40 8-18.3(1) Type 3 Mailbox Support 41 In the third paragraph,the first sentence is revised to read: 42 43 With the Engineer's consent,a Type 3 Mailbox Support design, made of steel or other 44 durable material,that meets the NCHRP 350 or the Manual for Assessing Safety 45 Hardware(MASH)crash test criteria may be used in place of the design shown in the 46 Standard Plans. Ale 47 ar AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 41111 Me Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale es 1 8-20.AP8 2 Section 8-20,Illumination,Traffic Signal Systems,Intelligent Transportation 3 Systems,and Eks:Arical 4 August 4,2014 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 8 The Contractor will not be required to submii shop di'awirigs for approval for Ight 9 standards and traffic signal standards conforming to the preapproved plans fisted in the 10 Special Provisions. The Contractor may use preapproved plans posted on the WSOCT 'a'" 11 website with a more current revision date than published in the Special Provisions. 12 13 8-20.3(8) Wiring 14 The second sentence in the eleventh paragraph is revised to read: 15 16 Every conductor at every wire termination,connector,or device shaff have an approved 17 wire marking sleeve bearing,as its legend,the circuit number indicated in the Contract. 18 19 8-20.3(13)A Light Standards 20 In the third paragraph,the last sentence of item number 1 is revised to read: 21 22 Conduit shall extend a maximum of 1 inch above the top of the foundation,including 23 grounding end bushing or end bell bushing. 24 is 25 In the fourth paragraph,the second sentence of item number 1 is revised to read: 26 27 Conduits shall be cut to a maximum height of 2 inches above the foundation including 28 grounding end bushing or end bell bushing. 29 30 8-23.AP8 BB 31 Section 8-23, Temporary Pavement Markings 32 April 14, 2014 33 This section's content is deleted in its entirety and replaced with the following new sub- 34 sections: 35 36 8-23.1 Description 37 The Work consists of furnishing, installing, and removing temporary pavement 38 markings.Temporary pavement markings shall be provided where noted in the Plans; 39 for all lane shifts and detours resulting from construction activities;or when permanent 40 markings are removed because of construction operations. ago 41 42 8-23.2 Materials 43 Materials for temporary markings shall be paint, plastic,tape,raised pavement markers 44 or flexible raised pavement markers. Materials for pavement markings shall meet the 45 following requirements: 46 47 Raised Pavement Markers 9-21 iai Oki AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 Temporary Marking Paint 9-342(6) rrr 2 Plastic 9-34.3 3 Glass Beads for Pavement Marking Materials 9-34.4 4 Temporary Pavement i Tape 9-34.5 5 Temporary Flexible Raised Pavement Markers 9-34.6 6 7 823.3 Construction Requirements 8 +� 9 8-23.3(1) General 10 The Contractor shall select the type of pavement marking material in accordance 11 mill the Cortract. 12 13 8-23.3(2) Preliminary Spotting 14 All preliminary layout and marking in preparation for application or removal of 15 temporary pavement markings shag be the responsibility of the Contractor. 16 17 8-23.3(3) Preparation of Roadway Surface 18 Surface preparation for temporary pavement markings shall be in accordance with 19 the manufacturer's recommendations. 20 21 8-23.3(4) Pavement Marking Application 22 23 8-23.3(4)A Temporary Pavement Markings—Short Duration 24 Temporary pavement markings—short duration shall meet the following 25 requirements: 26 27 Temporary Center Line—A BROKEN One used to delineate adjacent 28 lanes of traffic moving in opposite directions.The broken pattern shall be 29 based on a 40-foot unit,consisting of a 4-foot One with a 36-foot gap if 30 paint or tape is used. If temporary raised pavement markers are used,the 31 pattern shall be based on a 40-foot unit,consisting of a grouping of three 32 temporary raised pavement markers,each spaced 3 feet apart,with a 34 33 foot gap. ■ 34 35 Temporary Edge Line—A SOLID line used on the edges of Traveled 36 Way. The line shall be continuous if paint or tape is used. If temporary 37 raised pavement markers are used,the line shall consist of markers 38 installed continuously at 5-foot spacing. 39 40 Temporary Lane Line—A BROKEN line used to delineate adjacent lanes 41 with traffic traveling in the same direction. The broken pattern shall be 42 based on a 40-foot unit,consisting of a 4-foot line with a 36-foot gap, if 43 paint or tape is used. If temporary raised pavement markers are used,the 44 pattern shall be based on a 40-foot unit,consisting of a grouping of three 45 temporary raised pavement markers, each spaced 3 feet apart,with a 34 46 foot gap. 47 48 Lane line and right edge line shall be white in color. Center line and left edge 49 line shall be yellow in color. Edge lines shall be installed only if specifically 50 required in the Contract.All temporary pavement markings shall be 51 retroreflective. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 rr ,rr, Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 8-23.2(4)A1 Temporary Marking Paid 2 Paint used for data/ionart pavement .rls shall be rriir 3 applied in one mrpecabon at a titaness of 15 mils or 108 swam feet par 4 gallon.Glass beads shall be in accordance wail Section 8-2230. 5 ra 6 8-23.3(4)A2 Temporary Pavement Marking Tape 7 Application of tencorary pavement marking tape shall be in cortormance 8 will the mani tachhrefs recommendations. 9 as 10 Black mask pavement marking tape shall mask the existing line in its 11 entirety. 12 13 8-23.3(4)A3 Temporary Raised Pavement Markers 14 Temporary raised pavement markers are not allowed on brittninous 15 surface treatments. 16 17 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers 18 Flexible raised pavement markers are required for new applications of 19 bituminous surface treatments. Flexible raised pavement markers are not 20 allowed on other pavement types unless otherwise specified or approved 21 by the Engineer. Flexible raised pavement markers shall be installed with 22 the protective cover in place.The cover shall be removed immediately 23 after spraying asphaltic material. 24 25 8-23.3(4)B Temporary Pavement Markings—Long Duration 26 Application of paint,pavement marking tape and plastic for long duration 27 pavement markings shall meet the requirements of Section 8-22.3(3); a" 28 application of raised pavement markers shall meet the requirements of Section 29 8-09.3;and application of flexible pavement markings shall be in conformance 30 with the manufacturer's recommendations. 31 32 8-23.3(4)C Tolerance for Lines 33 Tolerance for lines shall conform to Section 8-22.3(4). 34 35 8-23.3(4)D Maintenance of Pavement Markings 36 Temporary pavement markings shall be maintained in serviceable condition 37 throughout the project until permanent pavement markings are installed. As la 38 directed by the Engineer,temporary pavement markings that are damaged, 39 including normal wear by traffic,shall be repaired or replaced immediately. 40 Repaired and replaced pavement markings shall meet the requirements for the 41 original pavement marking. 42 43 8-23.3(4)E Removal of Pavement Markings 44 Removal of temporary paint is not required prior to paving; all other temporary 45 pavement markings shall be removed. nl 46 47 All temporary pavement markings that are required on the wearing course prior 48 to construction of permanent pavement markings and are not a part of the ,, 49 permanent markings shall be completely removed concurrent with or 50 immediately subsequent to the construction of the permanent pavement 51 markings.Temporary flexible raised pavement markers on bituminous surface a AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iii am 1 treatment pavements shall be cut df flush wifh the surface I their location 2 conflicts with the alignment of the permanent pavement marki ngs- 3 4 AV damage to the permanent Work cid by removing temporary pavement 5 markings shall be repaired by the Contractor at no additional cost to the 6 Contracting Agency- 7 8 8-23A Measurement .r 9 Temporary pavement markings be mimed by the blear foot of each installed line 10 or grouping of markers,with no deduction for gaps in the Gyre or markers and no 11 ackMional measurement for the second application of paint required for long duration 12 paint tines. Short duration and long duration temporary pavement markings will be 13 measured for the kale!installation only-,maintenance of!ones will not be measured. 14 15 8-23.5 Payment art 16 Payment will be made in accordance with Section 1-04.1,for each of the following Bid 17 items that are included in the Proposal: 18 19 "Temporary Pavement Marking—Short Duration",per linear foot 20 21 "Temporary Pavement Marking—Long Duration",per linear foot. 22 23 The unit Contract price per linear foot for"Temporary Pavement Marking—Short 24 Duration"and"Temporary Pavement Marking—Long Duration"shall be full pay for 25 all Work. 26 27 9-03.AP9 28 Section 9-03, Aggregates rr 29 August 4, 2014 30 9-03.1(2)C Use of Substandard Gradings 31 This section including title is deleted in its entirety and replaced with the following: INA 32 33 Vacant 34 35 9-03.1(4)C Grading 36 In the second paragraph,the first sentence is deleted. 37 38 The third paragraph is deleted. 39 40 9-03.1(5)B Grading 41 The last paragraph is revised to read: 42 43 The Contracting Agency may sample each aggregate component prior to introduction to 44 the weigh batcher or as otherwise determined by the Engineer. Each component will be 45 sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test +■ 46 Method T-27111.All aggregate components will be mathematically re-combined by the 47 proportions(percent of total aggregate by weight) provided by the Contractor on 48 Concrete Mix Design Form 350-040. Ar ar AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 AA Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2 9-03.8(1) General Re irements 3 There'd patagaph up urs the coon is reed to read: 4 5 Preliminary testing of aggregges for source approval shag meet the following test ► 6 regiiremerds: 7 8 The fist in the first paragraph is supplemented with the following: 9 10 Sand Equivalent 45 ilia. 11 12 The following new paragraph is inserted after the first paragraph: iro 13 14 Aggregate sources that have 100 percent of the mineral material passing the No.4 15 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 16 Mil 17 9-03.14(3)Common Borrow 18 This section is revised to read: 19 20 Material for common borrow shall consist of granular or nongranular soil and/or 21 aggregate which is free of deleterious material.Deleterious material indudes wood, 22 organic waste,coal,charcoal,or any other extraneous or objectionable material.The 23 material shall not contain more than 3 percent organic material by weight.The plasticity 24 index shall be determined using test method AASHTO T 89 and AASHTO T 90. 25 26 The material shall meet one of the options in the soil plasticity table below. 27 28 Soil Plasticity Table 29 Plasticity Option Sieve Percent Passing Index No. 1 200 0- 12 N/A No. 2 200 12.1 -35 6 or Less No. rix 3 200 Above 35 0 30 All percentages are by weight. 31 rti 32 If requested by the Contractor,the plasticity index may be increased with the approval 33 of the Engineer. 34 35 9-03.14(4) Gravel Borrow for Structural Earth Wall 36 In the second table,the row beginning with"pH"is revised to read: 37 pH WSDOT Test 4.5-9 5—10 sti Method T 417 38 39 Milr AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 a Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .r 1 9-05fiP9 rr 2 Section 9-05,Drainage Structures and Culverts 3 April 7,2014 4 9-135.13 Ductile Iron Sewer Pipe 5 The fist paragraph is deleted. 6 7 9-07.AP9 8 Section 9-07,Reinforcing Steel rr 9 January 6,2014 10 9-07.5(2) Corrosion Resistant Dowel Bars(for Cement Concrete Pavement) 11 This section's title is revised to read: "' 12 13 9-07.5(2) Corrosion Resistant Dowel Bars(for Cement Concrete Pavement and 14 Cement Concrete Pavement Rehabilitation) 15 16 9-09.AP9 17 Section 9-09,Timber and Lumber 18 January 6,2014 19 9-09.3(1) General Requirements ,,. 20 The fourth paragraph is revised to read: 21 22 All orders of treated timber and lumber shall be accompanied by a Certificate of 23 Treatment record.The Certificate of Treatment showing conformance to this 24 specification and AWPA standards shall include the following information: 25 Name and location of the wood preserving company, 26 Customer identification, 27 Date of treatment and charge number, 28 Type of chemical used and amount of retention, 29 Treating process and identification of the Specification used, 30 Boring records verifying treatment penetration for timber and lumber with a nominal 31 dimension of 6"x 6"or larger, 32 Description of material that was treated,and 33 Signature of a responsible plant official. 34 35 The fifth paragraph is deleted. 36 37 The first sentence in the last paragraph is revised to read: er 38 All timber and lumber to be used in aquatic environments,unless specified otherwise in 39 the Contract,shall be chemically treated using Western Wood Preservers Institute Best 40 Management Practices(BMPs). 41 to Nr AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 ,m Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 9-10.APS 2 Section 9-10,Piling 3 March 3,2014 ■il 4 9-10.5 Steel Piling 5 This section is revised to read_ 6 7 The material for rolled steel and P�9��9 pile spices shall conform to ASTM A 36, 8 ASTM A 572 or ASTM A 992 The material for steel pipe piing and sues shall 9 conform to one of the following requirements except as specifically noted in the Plans: 10 iy 11 1. API 5L Grade X42 or X52 material may be used for longnal seam welded or 12 helical(spiral)seam submerged-arc welded pipe piles of any diameter. 13 2. ASTM A 252 Grad 2 or 3 material maybe used for longitutinal seam welded 14 or helical(spiral)seam submerged-arc welded pipe piles of any ciam+eter.For 15 the purposes of weklig and prequalification of base metal,steel pipe pile 16 designated as ASTM A 252 may be treated as prequalified provided the 17 chemical composition conforms to a prequalified base metal classification listed of 18 in Table 3.1 of the AWS D1.11D1.1 M,latest edition,Structural Welding Code, 19 the grade of pipe poling meets or exceeds the grade specified in the Plans,and 20 the carbon equivalent(CE)is a maximum of 0.45-percent. 21 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam wl 22 welded piles of any diameter. 23 24 For helical(spiral)seam submerged-arc welded pipe piles,the maximum radial offset of Me 25 strip/plate edges shall be 1/8 inch.The offset shall be transitioned with a taper weld and 26 the slope shall not be less than a 1 in 2.5 taper. The weld reinforcement shall not be 27 greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. 28 a 29 Steel soldier piles,and associated steel bars and plates,shall conform to ASTM A 36, 30 ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. 31 32 All steel piling may be accepted by the Engineer based on the Manufacturer's 33 Certificate of Compliance submitted in accordance with Section 1-06.3.The 34 manufacturer's certificate of compliance submittal for steel pipe piles shall be 35 accompanied by certified mill test reports, including chemical analysis and carbon r , 36 equivalence,for each heat of steel used to fabricate the steel pipe piling. 37 38 9-14.AP9 a 39 Section 9-14, Erosion Control and Roadside Planting 40 August 4, 2014 41 9.14,1 Soil 42 This section, including title, is revised to read: 43 44 9-14.1 Topsoil err 45 Topsoil shall not contain any recycled material,foreign materials, or any listed Noxious 46 and Nuisance weeds of any Class designated by authorized State or County officials. 47 Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be 48 greater than two inches in diameter. a AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814/14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ilio 1 ,rr 2 9141(2} Topsoil Type B 3 The last sentence of the second paragraph is de ed. 4 a,,,, 5 914.2 Seed 6 ll its secfion is revised to heart: 7 8 Seed of the type speed shall be coed ki accordance vill%WAC 16-301 Seed r 9 mixes shall be commercially prepared and supplied in sealed containers.The labels 10 shall show 11 as 12 (1) Common and botanical names of seed 13 (2) Lot number 14 (3) Net weight 15 (4) Pounds of Pure five seed(PLS)in the mix • 16 (5) Origin of seed 17 18 All seed vendors must have a business license issued by supplier's state or provincial 19 Department of Licensing with a"seed dealer"endorsement. 20 21 9-14.4(3) Bark or Wood Chips 22 This section's title is revised to read: Olt 23 24 Bark or Wood Chip Mulch 25 26 The first paragraph is revised to read: 27 28 Bark or wood chip mulch shall be derived from fir, pine,or hemlock species.It shall not 29 contain resin,tannin,or other compounds in quantities that would be detrimental to 30 plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood 31 products or construction debris will not be allowed. 32 33 9-14.4(6) Gypsum 34 The first sentence is revised to read: 35 36 Gypsum shall consist of Calcium Sulfate (CaSO4•2H2O) in a pelletized or granular form. sr 37 38 9-14.4(7) Tackifier 39 This section is revised to read: 40 '• 41 Tackifiers are used as a tie-down for soil,compost,seed, and/or mulch.Tackifiers shall 42 contain no growth or germination-inhibiting materials and shall not reduce infiltration 43 rates.Tackifiers shall hydrate in water and readily blend with other slurry materials. 44 45 The Contractor shall provide test results documenting the tackifier meets the 46 requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in 47 Section 9-14.4(2).The tests shall be performed at the manufacturer's recommended 48 application rate. 49 50 9-14.4(8) Compost 51 The second paragraph is revised to read: AO AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8!4/14 at Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2 Compost production and quality shall comply wilts WAC 173-351 3 4 9-14.4(8)A Compost Submittal Requirements 5 Item 2 is revised to react 6 7 5. A copy of the Sold Waste Handtirrg Permd issued to the manufacturer by the 8 final Health Department in accordance with WAC 173-350(Minimum 9 Functional Standards for Solid Waste Hang). ' 10 11 9-14.6(2) Quality 12 The second and third paragraphs in this section are revised to read: rrr 13 14 All plant material shall comply with State and Federal laws with respect to inspection 15 for plant diseases and insect infestation.Plaits must meet Washington State 16 Department of Agriculture plant quarantines and have a certificate of inspection.Plants rir 17 originating in Canada must be accompanied by a phytosanftary certificate stating the 18 plants meet USDA health requirements. 19 20 All plant material shall be purchased from a nursery licensed to sell plants in their state 21 or province. 22 23 9-15.AP9 ie 24 Section 9-15, Irrigation System 25 August 4, 2014 26 9-15.18 Detectable Marking Tape 27 In the second paragraph,the table is supplemented with the following new row: 28 iilrr Non-Potable Water J Purple 29 30 31 9-16.AP9 32 Section 9-16, Fence and Guardrail 33 August 4, 2014 rir 34 9-16.2(1)B Wood Fence Posts and Braces 35 In the table,the row beginning with"ACA" is deleted. isk 36 37 9-29.AP9 38 Section 9-29, Illumination, Signal, Electrical irr 39 August 4, 2014 40 9-29.2(1)B Heavy Duty Junction Boxes 41 The second paragraph is revised to read: 42 rr AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale If all 1 The Heavy-D*1micron Box steel frame,id s ppatt and lid fabricated from steel plate 2 and shapes shah be palled with a shop applied,inorganic ziic primer ra accordance 3 with Section 6-07.3. Ductile non and gay non castings stall not be painted_ 4 gin 5 The following new paragraph is inserted anter the second palm: 6 7 The concrete used in Heavy-Day.hen Boxes shall have a minimum compressive 8 strength of 4,000 psi_ rr 9 10 In the fourth paragraph(after the preceding Amendment is applied),the table is revised to 11 read: 12 AU Concrete Section 6-02 Reinforcing Steel Section 9-07 11111 Lid ASTM A 786 diamond plate steel,rolled from plate complying with.ASTM A 572.grade 50 or ASTM A 588,and having a min.CVN toughness of 20 R-lb at 40 degrees F. Or Ductile iron casting meeting Section 9-05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588;both with min.CVN toughness of 20 ft-lb at 40 degrees F Or Gray iron casting meeting Section 9-05.15 Anchors(studs) Section 9-06.15 Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements re Bolts,Studs.Nuts,Washers ASTM F 593 or A 193,Type 304 or 316,or Stainless steel grade 302,304,or 316 in accordance with approved shop drawings Hinges and Locking and Latching In accordance with approved shop drawings Mechanism and associated Hardware and Bolts au Safety Bars In accordance with approved shop drawings 13 14 The last paragraph is revised to read: 15 16 The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris 17 that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize 18 compound. Botts shall be installed snug tight. The bearing seat and lid perimeter shall 19 be machined to allow a minimum of 75 percent of the bearing areas to be seated with a 20 tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area 21 percentage will be measured for each side of the lid as it bears on the frame. rr 22 23 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 24 This section's title is revised to read: 25 4011 26 Small Cable Vaults,Standard Duty Cable Vaults, Heavy-Duty Cable Vaults, 27 Standard Duty Pull Boxes, and Heavy-Duty Pull Boxes 28 29 In the first paragraph,the first sentence is revised to read: rr AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814114 rr re Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 2 Small,Standard Duty and Heav <-Di dy Vaults and Standard Duty aid Heavy-Duty ` 3 Poi Boxes shall be consbucted as a concrete box and as a conctete licf 4 5 9.291(2)A Standard Duty Cable Vaults and Pull Boxes r 6 This ms's tile is revised to read: 7 8 Small Cable Vaults,Standard Duty Cable Vaults,aid Standard Duty Pull Boxes 9 a 10 The first paragraph is revised to read: 11 12 Smal and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete 13 and have a minkmum load rating of 22,500 pounds and be tested in accordance with 14 Section 9-292(1)C for concrete Standard Duty Junction Boxes 15 16 In the second paragraph,the first sentence is revised to read: 17 18 Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 19 have a minimum compressive strength of 4,000 psi. 20 21 In the third paragraph,the first sentence is revised to read: 22 23 All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in iii► 24 sidewalks,walkways,and shared-use paths shall have slip-resistant surfaces. 25 26 The fourth paragraph(up until the colon) is revised to read: 27 ar 28 Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 29 conform to the following: 30 31 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 32 The following new subsection is added: 33 34 9.29.3(3) Wire Marking Sleeves a 35 Wire marking sleeves shall be full-circle in design, non-adhesive, printable using an 36 indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made 37 from a PVC or polyolefin,and provide permanent identification for wires and cables. 38 39 9-31.AP9 40 Section 9-31, Elastomeric Bearing Pads iter 41 August 4, 2014 42 This section's title is revised to read: 43 44 Elastomeric Pads 45 46 9-31.1 Requirements aft 47 In the first paragraph,the word"bearing"is deleted from the first sentence. 48 49 In the first sentence of the second paragraph,the word"bearing"is deleted and replaced 50 with"elastomeric". a sir AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4114 a Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr 1 rr 2 In the last sentence of the second paragraph,the ward is deleted and replaced 3 wilh' ornler` . 4 5 In the third paragraph,the word'bearing'is deleted and replaced with the word 6 eiastomerie. 7 8 9-32P9 9 Section 9-32,Mailbox Support 10 August 4,2014 11 9-32.7 Type 2 Mailbox Support 12 The first sentence is revised to read: 13 14 Type 2 mailbox supports shall be 2-inch 14-gage steel tube and shall meet the NCHRP 15 350 or the Manual for Assessing Safety Hardware(MASH)crash test criteria. 16 .r. 17 9-34.AP9 18 Section 9-34, Pavement Marking Material 19 August 4,2014 ,rr 20 9-34.2 Paint 21 The second paragraph is revised to read: 22 23 Blue and black paint shall comply with the requirements of yellow paint in Section 9- 24 34.2(4)and Section 9-34.2(5),with the exception that blue and black paints do not need 25 to meet the requirements for titanium dioxide,directional reflectance,and contrast ratio. 26 27 9-34.5 Temporary Pavement Marking Tape 28 This section is revised to read: 29 30 Biodegradable tape with paper backing is not allowed. 31 32 This section is supplemented with the following new sub-sections: 33 34 9-34.5(1) Temporary Pavement Marking Tape—Short Duration 35 Temporary pavement marking tape for short duration shall conform to ASTM D4592 36 Type II except that black tape,black mask tape and the black portion of the contrast 37 removable tape,shall be non-reflective. 38 39 9-34.5(2) Temporary Pavement Marking Tape—Long Duration 40 Temporary pavement marking tape for long duration shall conform to ASTM D4592 41 Type I. Temporary pavement marking tape for long duration, except for black tape, 42 shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m-2*Ix' 43 when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black 4111 44 mask tape and the black portion of the contrast removable tape,shall be non-reflective. 45 46 9-34.6 Temporary Raised Pavement Markers 47 This section's title is revised to read: AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:8/4/14 its Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 2 Temporani Flexible Raised Pavement Makers 3 4 The second paragraph is _ 5 iwr 6 935.AP9 7 Section 9-35,Temporary Traffic Control Materials 8 August 4,2014 9 945.0 General Requirements 10 The following tem is deleted from the fist of temporary traffic control materials: 11 12 Barrier Drums 13 14 The last sentence of the second paragraph is revised to read: 15 16 Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing 17 Safety Hardware(MASH)will be required as described in Section 1-10.2(3). 18 19 9-35.2 Construction Signs 20 The first sentence is revised to read: 21 22 Construction signs shall conform to the requirements of the MUTCD and shall meet the 23 requirements of NCHRP Report 350 for Category 2 devices or MASH. 24 stk 25 9-35.7 Traffic Safety Drums 26 The third paragraph is revised to read: 27 28 Drums and tight units shall meet the crashworthiness requirements of NCHRP 350 or 29 MASH as described in Section 1-10.2(3). 30 31 9-35.8 Barrier Drums 32 This section including title is deleted in its entirety and replaced with the following: 33 34 9-35.8 Vacant 35 - 36 9-35.12 Transportable Attenuator 37 In the first paragraph,the fourth sentence is revised to read: 38 39 The Contractor shall provide certification that the transportable attenuator complies with 'a 40 NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 41 42 9-35.13 Tall Channelizing Devices 43 In the sixth paragraph,the last sentence is revised to read: 44 45 The method of attachment must ensure that the light does not separate from the device 46 upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 47 or MASH as described in Section 1-10.2(3). AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised:814!14 BO Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale jr11 2. Special Provisions AIM AM 7N i MI AO Sp-I AO INTRODUCTION TO THE SPECIAL PROVISIONS August 14,2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standen,dons ma for Road, Bridge and Municipal l Construction, 2014 edition,as issued by the Washington Staff Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Ch ler(hereafter "Standard Speciflicatons°). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these A" Special Provisions,all of which are made a part of the Contract Documents,shall govern alt of the Work. These Special Provisions are made up of both General Special Provisions(GSPs)from various sources,which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements,modifies,or replaces the comparable Standard Specification,or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion " of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP,with the effective date of the GSP and its source. For example: (March 8,2013 APWA GSP) is (April 1,2013 WSDOT GSP) (May 1,2013 *****) Also incorporated into the Contract Documents by reference are: dO • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition,with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition Contractor shall obtain copies of these publications, at Contractor's own expense. aw AO AO All SW Grady Way Overlay Project Special Provisions Federal Aid No.WI'PtIUI288(004) November 2014 AO • Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-2 lei DIVISON 1 GENERAL REOUINEMENTS DESCRIPTION OF WORK (Math 13, 1995'WSIUJTGSP) ma This Conrad provides for the*t`con ion of c*zb ramps,curb,gutter,sidewalk,pedestrian signal revisions,asphat t rinclrg,HMA paving and strip*g***and other work,all in accordance with the attached Contract Plans,these Contract Provisions,and the Standard Specifications. 1-01.3 Definitions (March 8,2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it,and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. rrr Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. 1111 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, any remaining traffic disruptions will be rare and brief,and only minor incidental work, replacement of temporary substitute facilities,plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. rrt 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 as 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 AIN The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: ibt SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-3aim ®r All references in the Standard Specificabbns,Amendments,or WSDK)T General Special ■ Provisions,to the terms"Stzde",'Depart/nerd of Trarspor ,"Washington aate Transportation Commission","Commission',"Secretary of Transportation',wry", `Headquarters',and'State Treasurer"shalt be revised to read"Contracting Agency'. rr AN references to"State Materials Laboratory"shalt be revised to read'Contracting Agency designated location_ w Ali references to"final contract voucher certification"shall be interpreted to mean the final payment form established by the Contracting Agency.. 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 Bid Proposal, which may,at the discretion of the Contracting Agency,be awarded in addition to the base bid. r Alternate One of two or more units of work or groups of bid items,identified separately in the Bid Proposal,from which the Contracting Agency may make a choice between different rr methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond . The definition in the Standard Specifications for"Contract Bond"applies to whatever bond form(s)are required by the Contract Documents,which may be a combination of a Payment Bond and a Performance Bond. a' 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. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. zrr Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which +► the Contract time begins. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 sr '- Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 0 SP-1 11i Traffic Both Alar and non traffic, such as pedestrians, bicyclists, utieelchairs, and ecruestrran traffic_ 1-02 BID PROCEDURES AND COMMONS a 1-02.1 Prequalification of Bidders Delete this Section and replace k with the following: 1-02.1 Qualifications of Bidder (January24,2011 APWA GSP) ire Before award of a public works contract,a bidder must meet at least the minimum qualifications of RCW 33.04.350(1)to be considered a responsible bidder and qualified to be awarded a public works project_ 1-02.2 Plans and Specifications (June 27,2011 APWA GSP) a Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids(Advertisement for Bids)for the work. 'a After award of the contract,plans and specifications will be issued to the Contractor at no cost as detailed below: , To Prime Contractor No.of Sets Basis of Distribution Reduced plans(11"x 17") 5 Furnished automatically >ra upon award. Contract Provisions 5 Furnished automatically upon award. Large plans(e.g., 22" x 2 Furnished only upon 34") request. w. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. a 1-02.5 Proposal Forms ra (June 27,2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 >7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a mo SP-5 furnished at the unit bid prices..The bidder span corrplete spaces on the proposal form that cal for,but are not h ited to,twill pry ons;st nfnatiionS;the total bid amount, signatures;date;and,where appficable,rem sales taxes and acknowledgment of addenda; the bidder's name,amass,telephone number,and srgnattr%the bidder's f 101/WBE commitment,if appitcabb;a State of Washington Cordractor's tion Nurilboer;and a Business License Number,if applicable.Bids shall be corwileted by types or shall be printed in irk by hand,preferably in black.ink.The required certifications are included as part of the Preposal Form. ga The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,if such be to the advantage of the Contracting Agency.The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27,2011 APWA GSP) "' Supplement the second paragraph with the following: 4. if a minimum bid amount has been established for any item,the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineat€on, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph,and replace it with the following: The Bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president(or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name,and signed by a partner.A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid .w Form if any D/W/MBE requirements are to be satisfied through such an agreement. (May 7,2012 WSDOT GSP) The fourth paragraph of Section 1-02.6 is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification,when required by the Special Provisions. For each and aa every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification,the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification.WSDOT Form 422 031 EF(Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 dos Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr SP-6 irr effort docfrnerlation only in the evert the diads s'efforts to sok*stmt DBE pEtticipttion have been un su cessful.Drr ions for delivery of the Disachantaged rlr Business Erlerprise Written Carburation Documents and Disadvantaged Business Enterprise Good Faith Effort documentation tion are included in Sections 1-029. (At a 2004 WSDOT GSP) The fifth and sixth paragraphs of Section 1-02.6 are deleted. Oh 1-02.7 Bid Deposit (March$2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements.The signature of the person authorized to submit the bid should agree with the signature on the bond,and rrr the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15,2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope,with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope,or as otherwise required in the Bid Documents,to ensure proper handling and delivery. 111111 If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal,written Confirmation Documentation from each DBE firm listed on r„ the Bidder's completed DBE Utilization Certification,form 272-056A EF, as required by Section 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. SIR SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale oro SP-7 r 1-02.12 Public Opening of Proposals Section 1-0212 is supplemented with the following: rr The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder veil be by addenda. 1-02.13 Irregular Proposals (Match 13,2012 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 required; 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; Aso 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; rr f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable,as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with A„ the bidders DBE participation commitment, if applicable,as required in Section 1- 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation,if applicable, as 'w' required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the ■r material terms of the Bid invitation;or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) — Delete this Section and replace it with the following: 410, 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; or does not meet the following Supplemental Criteria: w SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUIr1288(004) November 2014 AO 40 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale lir SP-8 t_ Delinquent State Taxes rr, A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shaft not be listed on the Washington State Department of Revenue's `Delinquent Taxpayer List" website: t Jldor_wa_gov/comenof'ileandpaytaxes/latef ngidt spx , or if they are so fisted,they must submit a written payment plan approved by the Department of Revenue,to the Contracting Agency by the deadline listed below. 2. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the 1110 Federal government B. Documentation: The Bidder shall not be listed as having an"active exclusion" on the U.S. government's "System for Award Management" database trlir (www.sam.gov). 3. Subcontractor Responsibility rw A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by +w RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. us 4. Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the 11 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 UI Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale UI wr SP—9 ren of each carm:laint to determine whether the violation demonstrate a pattern of fairig to pay its wers pry vis as rewired_ 5 Claims Aga st a and Bonds A Criterion:The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date,that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, or suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. tr B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; Ism • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation:The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 410 7. Termination for Cause/Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. ar B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date;or if Bidder was terminated, describe the circumstances. . • 8. Lawsuits SW Grady Way Overlay Project Special Provisions Federal Aid No.S1PU1.1288(004) November 2014 ar aw Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale aro SP-10 A Criterioir The Bidder'shalt not have lawsuits with judgments entered against the Bidder in the five years prior to the lid stkrinittal date that demonstrate a pattern of faiTmg to meet the terms of contracts, unless there are extenuating circumstances and such carcumsstan aes are deemed ameptable to the Contracting Agency B Documentation The Bidder, if and when required as detaied below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments erred against the Bidder in av the fire years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of al lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each Oki such lawsuit The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above,the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 RM. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria The Contracting rrrr Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third-parties and ,,, independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. +wr The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which filli is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2)business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information 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 Contracting Agency's final determination. six SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU L.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale iia do ;rr SP--It Request to Change Sipplernental Bidder Respons bit r Criteria Prior To Bit Bidders with concerns atxx>f the relevancy or restrictiveness of the ental Bidder Responsil city Criteria may make or submit requests to the Coag Agency to modify the ataxia. Such recgosts shag be in writing, describe the nature of the concerns, and propose me specific mons to the criteria. tars shag submit such rewests to the Contracting Agency no later than five(5)business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contract Agency in the Bid Documents_ 1-02.15 Pre Award Information (August 14,2013 APWA GSP) Revise this seen to read: Before awarding any contract,the Contracting Agency may require one or more of these items or actions of the apparent lowest responsble bidder: 1. A complete statement of the origin,composition,and manufacture of any or all materials to be used, 2_ Samples of these materials for quality and fitness tests, 3. A progress schedule(in a form the Contracting Agency requires)showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain,and furnish a copy of,a business license to do business in the city or county where the work is located. le 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals,the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item,the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount,the Contracting Agency will unilaterally revise the unit or lump sum price,to the minimum specified amount and recalculate the extension. The total of extensions,corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency,will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. • SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 ail 410 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale S SP-12 1-tlt:l Execulon of Contract (October 1,2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions,inducing the wisigned Form of Contract,will be available for signature by the successful bidder on the fV business day following awrar+d.The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within *'*10***calendar days after the award date,the successful bidder shall return the signed Contracting Agency-prepared contract,an insurance c ertiication as required by Section 1-07.18,and a satisfactory bond as required by law and Section 1-03.4_Before aw execution of the contract by the Contracting Agency,the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract,no proposal shall bind the Contracting nr` Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites.The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above,the Contracting Agency may grant up to a maximum of ***i 0*** additional calendar days for return of the documents,provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: rw The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner,and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; nr 4. Guarantee that the surety shall indemnify,defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor(or any of the employees, subcontractors, or lower tier o subcontractors of the Contractor)to faithfully perform the contract,or b. Of the Contractor(or the subcontractors or lower tier subcontractors of the Contractor)to pay all laborers,mechanics, subcontractors, lower tier subcontractors, materialperson,or any other person who provides supplies or provisions for carrying out the work; SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar SP-13 5. Be accompanied by a power of attorney for the ms's dficer empowered to sign the boned;and 6_ Be signed by an officer of the Contractor empowered to sir officialstatements(sole proprietor or partner).If the Contractor is a corporation,the band must be signed by the president or vice-president,unless accompanied' by written proof of the authority of the individual signing the bond to bind the corporation(rem corporate resolution,power of attorney or a letter to such effect by the president or vice-president). 1-04 SCOPE OF WORK 1-042 Coordination of Contract Documents,Plans,Special Provisions, Specifications,and Addenda (Mach 13,2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence(e.g., 1 presiding over 2,2 over 3,3 over 4,and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details(if any),and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes " 1-04.4(1) Minor Changes � . t.�) Section 1-04.4(1), including title,is revised to read as follows: 1-04..4(1) Unexpected Site Changes Payments or credits for changes amounting to$15,000 or less may be made under the Bid item"Unexpected Site Changes". At the discretion of the Contracting Agency, this procedure for Unexpected Site Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4,Changes. The Contractor will be provided a copy of the completed order for Unexpected Site Changes.The agreement for the Unexpected Site Changes will be documented by signature of the Contractor,or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Unexpected Site Changes,the Contractor may protest the order as provided in Section 1-04.5. Payments will be determined in accordance with Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an s SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 !1 " Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale aiw SP-1=t a amount for"Unexpected Sole Manges in the Propos to berme me a part of the tcMal Bid by the Contractor. Omits via be del it ad in accordance with Section 1-09A. a 1-05 CONTROL OF WORK 1-05.4 ConfOnrilty WO and Deviations from Plans and Stakes a Section 1-05A is supplemented with the following: a AQ construction staking and surveying shaft be provided by the Contractor. a Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied staking and surveying, the Contractor shall provide all required survey work,inducting such work as mentioned in Sections 1-05.4(1)and 1-05.4(2), I- ll and elsewhere in these specifications as being provided by the Engineer.All costs for this survey work shall be included in"Construction Staking". a 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 a to proceed in a safe and orderly manner.The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. a The Contractor shall carefully preserve stakes,marks, and other reference points,including existing monumentation,set by Contracting Agency forces.The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations.This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist,or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer.Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. a 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 RENTON SURVEYING STANDARDS of these specifications. +ra The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4).These field notes shall include all survey work a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 a Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a1W fib SP-I5 performed by the Corltactot's surveyor in establistrirrg Nue,wade and slopes for the i carstruclion work_Copies of these fold notes shad be provided the Engineer upon request and upon completion of the contract work the field book or books shaft be submitted to the Engineer and become the property of the Contracting Agency. r If the survey work provided by the Contractor does not meet the standards of the Eimer,then the Contractor shaft,upon the Engineer's wr ten request,remove the individual or individuals doing the survey work and the survey work wilt be completed by the Engineer at the Contractor's expense.Costs for l omple ing the survey work required by the Eng neer wW be deducted from monies due or to become due the Contractor_ Aft costs for survey work required to be performed by the Contractor shaft be included in the rr prices bid for the various items which comprise the improvement or be included in the bid item for"Construction Staffing"per lump sum if that item is included in the contracts. Add the following new section: aur 1-05.4(3) Contractor-Supplied Surveying sir When the contract provides for Contractor-supplied surveying,the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors,discrepancies,and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the 4110 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- ,r Built records for the project. If the Contractor and Surveyor fail to provide,as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for"Construction Staking." aup Add the following new section: SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 IMP Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r SP-16 1-0.4(4) Contra c or=Pr v€ded As-Built lln n� Ir It shall be the Contractor's responstrity to record the location prior to the ba cling of the or trenches,by centerine station,offset,and depth below pavement,of all existing cities uncovered or crossed during his work as covered under this profit It shall be the Contractor's responsb'lty to have his surveyor locate by centerline station,offset, eis and elevation each major Item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to:manholes,catch basins and inlets,valves,vertical and horizontal bends,junction boxes,cleanouts,side sewers,street lights and standards,hydrants,major changes in design grade,vaults,culverts,signal poles, structures and electrical cabinets. After the completion of tlx:work covered by this contract,the Contractor's 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-buiit location of the new work as recorded in the field book(s). This drawing shall bear +rw the surveyor's seal and signature certifying its accuracy. All cost for as-built work shall be included in the contract item"Construction Staking",lump sum. " 1-05.7 Removal of Defective and Unauthorized Work (October 1,2005 APWA OSP) 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 +rr corrected immediately, have the rejected work removed and 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 failed or 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. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPI1..1288(004) November 2014 ` Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-ti` No mrd in contract time or compensation Nuel be slowed became of the delay in the performance of the work attribe to the exercise of the Contracting Agency's tights provided by this Section. The right exercised under the provisions of this section shall not diminish the Camra ciing Agency's right to pursue any other avenue for additional remedy or damages with respell to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: rr 1-0511 Final Inspections and Operational Testing (October 1,2005 APWA GSP) 1-05.11(1)Substantial Completion Date When the Contractor considers the work to be substantially complete,the Contractor shall sr so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion.The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion.The Engineer may also establish .r the Substantial Completion Date unilaterally. If,after this inspection,the Engineer concurs with the Contractor that the work is .■ substantially complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the Substantial Completion Date. If,after this inspection the Engineer does not consider the work substantially complete and ready for its intended use,the Engineer will, by written notice,so notify the Contractor giving the reasons therefor. .r Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,the work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2)Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection.The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor rr shall immediately take such corrective measures as are necessary to remedy the listed deficiencies.Corrective work shall be pursued vigorously, diligently, and without interruption mu SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-128S(004) November 2014 rr 4111 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-t8 until physical completion of the fisted deficiencies.Ttis process will continue unfit the Engtrieer is satisfied the fisted deficiencies have been comxted. If action to correct the fisted deficiencies is not iced wittin 7 days after receipt of the written notice Fang the deficiencies.the Engineer may,upon written notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-055.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attrtiutable to the exercise of the Encjneer's right hereunder. Upon correction of all deficiencies,the Engineer wig notify the Contractor and the Contracting Agency,in writing,of the date upon which the work was considered physically complete_That date shall constitute the Physical Completion Date of the contract,but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled_ 1-05.11(3)Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system_Therefore when the work involves the installation of rir machinery or other mechanical equipment;street lighting,electrical distribution or signal systems;irrigation systems;buildings;or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date.Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship, materials,or equipment which prove faulty,or that are not in first class operating condition. Equipment, electrical controls,meters,or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. + The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power,gas, labor, material,supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods,when required by the Engineer,shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.11(3)Operational Testing Section 1-05.11(3) is supplemented as follows: Unless otherwise noted in the Contract Documents,Contractor shall give Engineer a minimum of 3 working days notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days notice of the date fixed for such inspection. Reuqired r SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r® SP-t9 X111 +r ertikates of in on by other authority than Engineer sfal be secured by Contractor. 1-05.13 Superintendents,Labor and Equipment of Contractor (August 14,2013 APWA GSP) silt Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation With Other Contractors Supplement Section 1-05.14 with the foNoowing_ 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: .06 http:/hvww.kingcounty.gov/transportation/kcdotlMetroTransitlConstruction.aspx 1-05.15 Method of Serving Notices (March 25,2009 APWA GSP) aft Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute,or other correspondence constituting notification required to be furnished under the Contract,must be in paper format,hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power n,i (October 1, 2005 APWA GSP) 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. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent,or employee of the 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 frr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 411.1 III Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwvw.bxwa.corn-Always Verify Scale SP-2 r agarmerlt or conn shall be considered as unofficial information and in no way binfing tern the Contracting Agency,unless subsequently put in writing and sib by the Conte Agency. 1-06 CONTROL Of MATERIAL rrr Section 1-06 is supplemented with the following: (August 6,2012 WSDOT GSP) Buy America In accordance with Buy America requirements contained in 23 CFR 635410,the major quantities of steel and Ron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel kerns,e.g.,temporary sheet piling,temporary bridges,steel scaffolding and fatsework_ Minor amounts of foreign steel and iron may be utilized 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 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. m` If domestically produced steel billets or iron ingots are exported outside 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 requirements because the initial melting and mixing of 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. as The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. SW Grady Way Overlay Project Special Provisions Federal Aid No.STP11L.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar �Ir SP-?'1 b.. Basic oxygen. ar c. Electric f kna e. d. Direct reduclim ss 2. Rating,heat treating,and any other similar processing. 3. Fabrication of the products_ a. Spirxeing wire into cable or strand. b_ Comrgating and rolling into culverts. c. Shop fabrication_ aria 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 350-1 O9EF provided by the Engineer,or such other form the Contractor chooses,provided it contains the same information as DOT Form 350-109EF. 1-06.1 Approval of Materials Prior to Use (*.***) Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the['reconstruction Conference shall include the quantity, manufacturer and model number, if applicable,of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to a conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.1(4) Fabrication Inspection Expense (June 27,2011 AWPA GSP) Delete this section in its entirety. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations,the more stringent regulation shall apply. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(003) November 2014 MK Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-2'? The Washington gate Department of Laron and irkktstries sh be Me sole and pm-amount administrative agency responsible for the adinkistration of the proms of the Washington industrial Salty 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 Cortha tar shall establish,pr i,and make known to all employees,procedures for ensuing irr*nedlate removal do a hospital,or doctor's care,persons,including employees,who may have been injured on the project site. Employees should not be wombed 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 Delete this section,including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27,2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1)through 1-07.2(3)are meant to clarify those rules. The Contractor a should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2)describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project)only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax--Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation,or political subdivision of the state, SW Grady Way Overlay Project Special Provisions Federal Aid No.SI'PU1r1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-23 4111 or by the Unwed States,and which are used p imariy for tort or vehiculim traffic. This Wades storm or combined sewer systems%Win and included as a part of the street or mai tlar age system and power Ines when such are part of the roadway tiOrring system. For work performed in such cases,the Contractor shah include ififashimfon State Retail Sales Taxes in the various unit bid ftem prices,or other contract ra aalnounts,including those that the Contractor pays on the purchase of the materials,egt4rnent,or supplies used or consumed in doing the work. 4141 1-072(2) State Sales Tax—Rule 170 WAC 458-20-170,and its related rules,apply to the constructing and repairing of new or existing buiIngs,or other structures,upon real property. ills includes,but is not limited to, the construction of streets,roads,highways,etc.,owned by the state of Washington;water mains and their appurtenances;sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within,and a part of,a street or road drainage system; telephone,telegraph,electrical power distribution lines,or other conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. 4141 For work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule 170,with the following exception. Exception:The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery,equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 4111 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract ma wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits (March 13, 1995 WSDQT GSP) Section 1-07.7 is supplemented with the following: 4111 If the sources of materials provided by the Contractor necessitates 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 1-07.9(1) General 4141 Section 1-07.9(1) is supplemented with the following: SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 41s +� Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ots SP-21 Ifr1 Mammy 3,2014 ATG The Federal!sage rates incorporated u this cortract have been established by the rrte Secretary at Labor under lamed States Department of labor Geral Decision Ho_ WA140001. The State rates incorporated in this cortract are applicable to ail construction activilies associated with this contract. (App 2,2007 WSDOT GSP) Application of Wage Rates for the Occupation of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the© tion: irr Landscape Construction,which includes several different occupation desctiptions such as:irrigation and Landscape Plumbers, irrigation and Landscape Power Equipment Operators,and Landscaping or Planting Laborers_ In addition,federal wage rates that are included in this contract may also include occupation descriptions hi Federal Occupational groups for work also specifically identified with landscaping such as: rrr Laborers with the occupation description,Landscaping or Planting,or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work,then Federal wage rates for all occupation descriptions,specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate,either State or Federal,becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at rrij, http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. :1111 (January 3, 2014 WSDOT GSP) The Federal wage rates for Highway Construction incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No.WA140001.These rates are applicable to highway construction. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPD L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar �r SP-25 The Slate rates incorporated in this contract are wpircable to all construction activkias associated with this contract 1-07.11 Requirements for Hontitscrimination Secton 1-07.11 is supplemented with the following: (August 5,2013 WSWT GGSP) Requirement for Affirmative Action to Ensure Equal Endovmert Omortritity(Executive Order • 11246) 1. The Contractors attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. ma 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs,expressed in percentage terms for the Contractors aggregate work force in each construction craft and in each trade on all construction work in the a covered area,are as follows: Women—Statewide a �a a a a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-I288(004) !November 20I4 a 11111 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-•fi - Titer Goal • ▪ Until further notice6.9% • Minorities-by Standard Metropolitan Statistical Area(SMSA) • • Spokane,WA: 11 SMSA Counties: Spokane,WA 2.8 1111, WA Spokane. Non-SMSA Counties 3.0 WA Adams;WA Asotin;WA Columbia;WA Ferry;WA Garfield;WA Lincoln,WA Pend Oreille; WA Stevens;WA Whitman. 111,111; • Richland,WA SMSA Counties: Richland Kennewick,WA 5.4 WA Benton;WA Franklin. Non-SMSA Counties 3.6 Ilk WA Walla Walla. • 11111 • Yakima,WA: SMSA Counties: Yakima,WA 9.7 11111 WA Yakima. Non-SMSA Counties 7.2 wr WA Chelan;WA Douglas;WA Grant;WA Kittitas;WA Okanogan. • Seattle,WA: lr SMSA Counties: Seattle Everett,WA 7.2 WA King;WA Snohomish. Tacoma,WA 6.2 WA Pierce. ■11 Non-SMSA Counties 6.1 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL,1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 11111 rr SP-77 WA CbNwn;WA says Harbor,WA Island WA Jefferson;WA gip;WA f ;WA Mason; •ll WA Pam;WA San,fin;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 Kfrc kitat; 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 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4_3(a),and its efforts to meet the goals. 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 Contractors 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. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs(OFCCP)within 10 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 list the name, address and telephone number of the Subcontractor;employer identification number of the Subcontractor; Ala 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. The notification shall be sent to: wr • U.S. Department of Labor • Office of Federal Contract Compliance Programs Pacific Region • Attn: Regional Director • San Francisco Federal Building • 90—7th Street,Suite 18-300 • San Francisco, GA 94103(415)625-7800 Phone arr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPULI288(004) November 2014 rr 4" Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP 28 • (415)6 37799 Fax AcieNona,information may be found at the US.Department of Labor website: t pl av_doLgoviofc TAguidesictag .htm 4_ As used in this Notice,and in the contract resulting horn this solicitation,the Covered Area is as designated herein. air Standard Federal Equal Employment Opportunity Construction Contrail.Specifications (Executive Order 11246) 100 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. +1111 (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. 2. Whenever the Contractor,or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale No SP-29 rr $10,000 the provisions of ttese spealcations and the Notice which i the appkable ,�. tib for minonly and female participatian and which is set fah in the solicitations from which this contract resu#ted- 3_ ti the Contractor is participating(pursuant to 41 CFR 60-45)in a Hometown Plan approved by the US. Department of Labor in the covered area either irrctividually or through an assoc ation,its affirmative action obligations on aft work in the Plan area(inducing goals and timetables)shall be in accordance with that Plan for those trades which have unions mat 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 mations under the EEO clause,and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to 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 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. MIS 6. In order for the nonworking training hours of apprentices and trainees to be counted in .s 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 AID as the following: SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 mit Me Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wr SP-30 a Ensure and mina working envininment free of harassment,intimidation,and coercion at all ales,and in all bates at which the Contractor's errployees are assigned to worts- The 1114 Contra r,where possible,vet assign two or more women to each construction ori t. The Contractor shall specifically ensure that all foremen,superintendents,and other on-site stpervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment,mill h spear=attention to minority or female individuals working at such au sites or in such facilties. b. Establish and maintain a current fist 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. MI6 c. Maintain a current file of the names,addresses and telephone numbers of each minority and 110 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 riA in the file with the reason therefor,along with whatever additional actions the Contractor may have taken. fir 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 rr 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. rr g. Review, at least annually,the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring,assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents,General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained it SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa_com-Always Verify Scale SP-31 rr identifying the time and place of these meetings,persons attending,subject matter discussed, and disposition of the subject matter_ h. ' ate the Cordial:Ws EEO policy externally by including it in any advertising in the -r' news media,Via ►including mina*and female news media,and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Cordractor 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 trainer 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 and female employees to recruit other minority persons and women and where reasonable,provide after school,summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force_ .is k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 416 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. 411111 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 „r 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. ss p. Conduct a review, at least annually,of all supervisors'adherence to and performance under the Contractor's EEO policies and affirmative action obligations. SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU 1,1288(004) November 2014 sits Mr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-32 ryr & Contractors are encouraged to participate in voluntary which assist in futtilhr+g one or more of their affirmative action obflagations(7a through 7p)_ The efforts of a contractor joint contractor-union,contractor-commui'rity,or other sinner group of which the Contractor is a member and participant,may be asserted as fulfiffing 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 gr?oup has a poste 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, 'r 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 Contractors and failure of such a group to 11110 fulfil 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. w The Contractor,however, is required to provide equal employment 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 goats 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. crit 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 lig 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 et accordance with 41 CFR 60-4.8. 14.The Contractor shall designate a responsible official to monitor all employment related as 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 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 11111 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 011 o SP-33 oo shall at least include,for each employee,their name,address,telephone numbers,construction oo trade,urine affiliation any,employee identification number when assigned,sores securky number,race,sex,status(e.g.,mechanic,apprentice,train ,hem,or lamer),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 easy understandable and retdevable form;however,to the decree that existing records satisfy tits requirement,the Contractors will not be required to maintain separate records. 15.Nothing herein provided shall be construed as a limitation upon the bion of other laws which establish dilfererd standards of compliance or upon the action of requirements for the hiring of local or other area residents(e.g.,those under the Public Works Employment Act of or 1977 and the Community Development Block Grant Program). 16.Additional assistance for Federal Construction Contractors on contracts administered by rr Washington State Department of Transportation or by Local Agencies may be found at: • Washington State Dept.of Transportation Office of Equal Opportunity • PO Box 47314 • 310 Maple Park Ave.SE • Olympia WA Aor • 98504-7314 • Ph:360-705-7090 • Fax:360-705-6801 '+• • http://www_wsdot.wa.gov/equalopportunity/defauft.htm (April 1, 2013 WSDOT GSP) Disadvantaged Business Enterprise Condition of Award Participation '"r The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this specification may result in your bid being found to be nonresponsive and may be rejected. DBE COA Goal The Contracting Agency has established a COA Contract goal in the amount of: 12%. DBE Eligibility/Selection of DBEs A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: oo www.omwbe.wa.ciov/certification/index.shtml. The directory provides plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises(OMWBE)to perform. The Bidder shall use the Directory of Certified DBE Firms to confirm if a DBE is certified for the"Description of Work"the Bidder oro lists on the DBE Utilization Certification form#272-056 EF(see form instructions) and therefore qualifies for credit towards the COA goal. oor SW Grady Way Overlay Project Special Provisions Federal Aid No.STPIJ1.1288(004) November 2014 - Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale lel► SP 34 Ira Crerhfum DBE Participation 111011 Joint Venture When a DBE performs as a particiteri in a jaunt venture,only that portion of the total dollar value of the Contract equal to the distinct,dearly defined portion of the Work that the DBE performs with its own forces shall be crecllted. DBE Prime Contractor A DBE Prime Contractor may only take creck for that portion of the total dollar value of the Contract equal to the(Imbed,dearly defined portion of the Work that. the DBE Prime performs with its own forces. DBE Subcontractor as When a DBE firm participates as a Subcontractor only that portion of the total dollar value of the Contract equal to the distinct,clearly defined portion of the Work that the DBE performs with its own forces shall be credited. • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. rrr o However, you may not take credit for supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition,Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • 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 have prior written approval from the Office of Equal Opportunity(OEO). fa • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services,or for providing bonds or insurance. • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non-DBE firm shall not be credited. • When non-DBE Subcontractor further subcontracts to a lower-tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation,provided err it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work with its own forces. • If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals. la SW Grady Way Overlay Project Special Provisions Federal Aid No.SPPUL1288(004) November 2014 Illik Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 116 am SP-35 AO Trucking Use the following factors in doming DBE credit and whether a DBE trucking company y is performing a commercially useful function:: tion: 1. The DEE must be responsible for the management and supervision of the entire trucking operation for which creed is being clamed. 2. The DBE must itself own and,with its own workforce,operate at least one fully ficensed,insured,and operational truck used on the Contract 3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases,licenses, insures,and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck.This does not preckide the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. Air 4. The DBE may lease trucks from another DBE firm including an owner- operator provided they are certified as a DBE for trucking. The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. ss 5. The DBE may also lease trucks from a non-DBE firm and may enter into an agreement with an owner-operator who is a non-DBE. The DBE shall only receive credit for the number of additional non-DBE trucks equal or less than the number of DBE trucks the firms owns or has sir leased/subcontracted through another DBE trucking company. The DBE must control the work of the non-DBE trucks. If the non-DBE is performing the work without supervision of that work by the DBE,the DBE is not performing a Commercially Useful Function (CUF). 6. In any lease or owner-operator situation, as described in requirement#4 and#5 above,the following rules shall apply: .rr a. A written lease/rental agreement is required for all trucks leased or rented;documenting the ownership and the terms of the agreement.The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment(hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. (This requirement does not apply to owner-operator arrangements.) ir. b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner-operator arrangements). SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 Oil 41.' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa_corn-Always Verify Scale irwr SP-36 101 7. Credit may only be claimed for DBE trig firms operating under a 1101 subcontract or a written agreement vproved by the Contracting Agency prior to perfuming' Work Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: lir Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. A manufacturer is a firm that operates or maintains a factory or establishment that produces,on the premises,the materials,supplies,articles,or equipment required under the contract_ A manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them. as In order to receive credit as a DBE Manufacturer,the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification. Regular Dealer You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer 111 status are contained in 49 CFR Part 26.55.e2. To be considered a regular dealer you must meet the following criteria: • WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business. • Sixty percent (60%) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE participation. 010 Regular dealer status is granted on a contract-by-contract basis.A firm wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program administered projects must submit a request in r writing to OEO for approval,no later than seven days prior to bid opening. Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm +rr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale err SP-37 dim on an Approved Regular Dealers List The list may be accessed through the .r 0E0 Home website is at VAV ll wsdot_ i duct*. Note: Requests to be fisted as a regtdar dealer vial only be processed if the requesting firm is c7ertIred by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 442XXXX NAICS Wholesale code scion. Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither a ar manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or supplies. In either case you may not take credit for any part of the cost of the materials and supplies. Commercially Useful Function (CIJF) The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function. The Prime Contractor may only take credit for Work performed by a DBE that is Ais determined to be performing a commercially useful function. • A DBE performs a commercially useful function when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved.The DBE must also be responsible with respect to materials and supplies used on the Contract. For example; negotiating price, determining quality, determining a quantities,ordering, installing (if applicable)and paying for the material itself. • 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. are Joint Checking Allowance Prime Contractors and DBEs must receive pre-approval by the OEO before using a joint check.Joint check requests shall be submitted by the Prime Contractor to „,• the Contracting Agency for approval. When requesting approval for use of a joint checking allowance,the Contractor must distribute a written joint check agreement among the parties(including the +� suppliers involved) providing full and prompt disclosure of the expected use of the joint checks.The agreement shall contain all the information concerning the parties'obligations and consequences or remedies if the agreement is not fulfilled Ars SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 aaD am Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-38 or a breach ec ns.The Fong check request shy be subirmlb3d to the Contracting Agency for approval prior to signing the contract agreement. tilt The following are some general that must be met by aft parties regarding joint check use: 11111 a it is understood that the Prime Contractor acts solely as the guarantor of a joint check. lib b. The DBE's own funds are used to pay supplier of materials..The Prime Contractor does not make direct payment to supplier.In order to be performing a Commercially Useful Function(CUF),the DBE must release the check to the suppAier(paying for the materials it-self and not be an extra participant in a transaction). c_ If the Prime Contractor makes joint checks available to one DBE Subcontractor,the service must be made available to all Subcontractors (DBE and non-DBE). d_ The relationship between the DBE and its suppliers should be wr established independently of and without interference by the Prime Contractor.The DBE has final decision-making responsbility concerning the procurement of materials and supplies,including which supplier to use. a_ The Prime Contractor and DBE shall be able to provide receipts, invoices,cancelled checks and/or certification statements of payment if requested by the Contracting Agency. f. The DBE remains responsible for all other elements of 49 CFR 26.55(c)(1). Failure by the Prime Contractor to request and receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal. Disadvantaged Business Enterprise Utilization Certification FORM#272-056 EF To be eligible for award of the Contract,the Bidder shall properly complete and submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified Section 1-02.9 Delivery of Proposal. The Bidder's Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged Business Enterprise Utilization Certification (form#272-056 EF) is included in your Proposal package for this purpose as well as instructions on how to properly fill out the form. S In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the goal for each DBE shall govern and the DBE total amount shall be adjusted aft accordingly. Is SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUG1288(004) November 2011 Is Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Is SP-39 Note: The Com Aged shag consider as non-responsive aid shalt reject any Bid Proposal sib that does not contain a Disadvantaged Business Enterprise Utitiadiion Certificationthat accurately demonstrates how the Bidder intends to meet the COA goal. Disadvantaged Business Enterprise(DBE)Written Confirmation Dlocumerrt(s)FORM#422-031 EF The Bidder shag submit a complete and ante Disadvantaged Business Enterprise(DBE)Written Confirmation Document for each DBE firmed'ui the Bidder's completed Disadvantaged Business Enterprise Utikzation Certification as submitted with the bid.Failure to do so will result in the associated participation being disallowed,which may result in bid rejection. A Disadvantaged Business Enterprise(DBE)Written Coiilimation Document (form No.422-031 EF) is included in your Proposal package for this purpose. The form(s)shall be received as specified in the special provisions for Section 1- 02.9 Delivery of Proposal sir It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank.Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete;the validity of the document comes into question and the associated DBE Participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts(GFE) The successful Bidder shall be selected on the basis of having submitted the MOO lowest responsive Bid,which demonstrates a good faith effort to achieve the DBE COA goal. Achieving the goal may be accomplished in one of two ways, as follows: 410 1. By meetinci the goal The best indication of good faith efforts is to document,through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s)that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal.That being the case no additional GFE documentation is required. Or; 2. By documentation that it made adequate GFE to meet the goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must �. supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE)Written Confirmation document(s). rr Note: In the case where the Bidder was awarded the contract based on demonstrating adequate GFE the advertised DBE goal will not be reduced to the Bidder's partial commitment. The Bidder shall .rr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 ii111 so Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-40 demonstrate a GFE during the life of the Contract to attain the DBE Condon of Award(COA)Goal as to the lam. rr Good Faith Efforts(GFE)Documentation tion GFE documentation shall be received,as specffied in the special provisions for Section 1-02.9 Defies of Proposal_ Based upon all the relevant documentation submitted in Bid or as supplement to Bid,the Contracting Agency shall determine whether the bier has demonstrated a sufficient GFE to achieve DBE bion..The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation,made adequate good faith efforts as demonstrated by the GFE documentation. The following is a list of types of actions,which would be considered as part of the Bidder's GFE to achieve 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: 1. Attendance by the Bidder at any pre-solicitation or pre-Bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities 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 010 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 DBE Firms for the selected subcontracting or material supply Work, in sufficient time to allow the enterprises to participate effectively; 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 shall 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 ass of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.l288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wr SP-41 ,,. b. A desc ripir+i of the information' provided to the DBEs regarding the plans,specifications,and esixnated quantities for portions of the Work to be performed; c- Documentation of eadn DBE=ducted but rejected and the reason(s)for that rejection; 7. Pr+ovki g,to interested DBEs,adequate information about the plans, tltir specifications,and requirements for the selected subcontracting or material supply Work; 8. Negotiating in good faith with the DBE firms,and not,without justifiable reason,rejecting as unsatisfactory,Bids that are prepared by any DBE. The DBE's standing within its industry,membership in specific groups, organizations,or associations and political or social affiliations- union vs. non-union employee status-are not legitimate causes for the rejection or non-solicitation of bids in the Prime Contractor's efforts to meet the project goal; r 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; SID 11. Using the services of minority community organizations, minority contractor groups, local,State,and federal minority business assistance 010 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. Using the WSDOT OEO DBE Supportive Services to assist you. For more information please contact the OEO by calling toll free at(888) 259-9143 or emailing dbess@wsdot.wa.gov. Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate. • The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE .r. documentation shall be made by an official who did not take part in the original determination. U. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 U 40 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ■r SP--12 • The Bidder shall have the opportunity to meet in person with the o for the purpose of settkig faith the Bidder's peri as to why the GFE docxrrrrerdalion demonstrates a sufficient nt effort~ • The reconsidendion shall provide the Bidder with a written decision an reconsideration vrithin five business days of the hearing explairing the basis for their findng. Procedures between Award and Execution After Award and prior to Execution the Bidder shall provide the additional information described below_Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit_ 1. Additional information for all successful DBE's as shown on the Disadvantaged Business Enterprise Utilization Certification: Nei a. Correct business name,federal employee identification number(if available),and mailing address. b. List of all Bid items assigned to each successful DBE firm, including ea unit prices and extensions. c. Description of partial items(if any)to be sublet to each successful ilk 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. rw Total amounts shown for each DBE shall not be less than the amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction. O 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 business name and a mailing address. Note: The firms identified by the Prime Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures after Execution Crediting DBE Participation toward Meeting the Goal Reporting All DBE work whether COA or race neutral participation is reported. The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422-102 EF) on a quarterly basis for any 'rt calendar quarter in which DBE has accomplished Work or upon SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1208(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale OM SP--13 AO bion of the project,as apriate. The tkfars ate to be reported as moiled herein_ Inthe event that the payments to a DBE have been made by an entity other than the Prime Contractor,as in the case of a lover-tier •"' Subcontractor or supplier,then the Prime Contractor shad obtain the quarterly report,inducing the signed affidavit,from the paying entity and submit the report to the Contracting Agency_ Charges s in DBE COA participation Owner initiated Change Orders The Prime Contractor shall demonstrate a GFE to substitute COA DBE de participation when the Contracting Agency deletes Work items by change order that impact a COA DBE's Work. When the Contract allows alternate Work methods which serve to delete or create under-runs in COA DBE Work then the Prime Contractor must provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA ,�. participation. 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 the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. 0 Contractor-Initiated Proposals—General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE's Work is viewed as a partial DBE termination,subject to the procedures below. DBE Termination A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency(in coordination with OEO).Approval will be granted provided the Prime Contractor demonstrates that the termination is based on good cause. Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance with normal industry standards. While not all inclusive,some examples of good cause include the following circumstances: Good cause may exist if: • The listed DBE Subcontractor fails or refuses to execute a written contract. • The listed DBE Subcontractor fails or refuses to perform the work of its subcontract in a way consistent with normal industry standards. .r SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 40 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale lit SP-14 • The listed DM Stkiconhatior fags or refuses to meet the Prime 'r' Contractors reasons e,norrkisariimimatolry bond re p,irements. • The listed DBE tea.or becomes bankrupt, insolvent, or exhibits mat unworthir • The listed DBE Subcontractor is inerOble to work on public works projects because of suspension and debarment prongs pursuant 2 CFR Parts 180,215 and 1,200 or applicable state law. • The listed DBE Subcortralor voluntarly withdraws from the project and provides to you wnrten notice of its withdrawal. • The listed DBE is ineligfle to receive DBE credit for the type of work required. rn • A DBE owner dies or becomes disabled with the result that the listed DBE is unable to complete its work on the contract. Good cause does not exist if: • The Prime Contractor seeks to terminate a COA DBE so that the Prime can self-perform the Work • The Prime Contractor seeks to terminate a COA DBE so the Prime Contractor can substitute another DBE or non-DBE after contract award. • The failure or refusal of the DBE Subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). "" Prior to requesting termination,the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its • intent to request to terminate DBE work and the reasons for doing so. The DBE Subcontractor shall have five (5) days to respond to the prime Contractor's notice. The DBE's response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE firm is "terminated"from a Contract(or fails to complete its• Subcontract for any reason), the Prime Contractor shall make every good faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). 0011 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPDL.1208(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r�r rrr SP-45 Graduation When a DBE firm`graduates from the DBE program(during the course of an executed subcontract),the DBE motion of that fnn'mar continue to count towards the contract DBE goal. rr Decertification When a COA DBE firm who has a signed subcontract in place with a Prime, later becomes`decertified-(during the course of that subcontract)—the DBE participation of that firm `may continue to count towards the Contract DBE goal Counting payments Payments to a DBE firm will count toward DBE goats only it the participation is in accordance with these specifications. Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1- 08.1(1)of these Contract special provisions. Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in payment for the associated Contract items of Work Damages for Noncompliance asThe Prime Contractor shall not discriminate on the basis of race,color, national origin, or sex in the performance of this Contract. The Prime 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 Prime 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 Contracting Agency deems appropriate. If the Prime 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 the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract,and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation. In the case of WSDOT Contracts,prequalification may be suspended pursuant to WAC 468-16-180, and continuous violations (exceeding a single violation) may also disqualify the Prime 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 Prime 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 so SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 1111 r Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-46 app amt write thirty days of reset of notricatiorL The adjudicative pr fl requested,wID be conducted by an adrninishalive law Ju irr ptffsuard to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Adwinistralive Cods:_ as 1-07.12 Federal Agency inspection Way 30,2012 WSDOT GSP) am Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts(FHWA 1273) Revised May 1,2012 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 are less restrictive than Washington State Law, then the Washington State is Law shall prevail. The provisions of FHWA 1273 included in this Contract require that the Contractor insert the FHWA 1273 in each Subcontract,together with the wage rates which are part of the FHWA 1273. Also,a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 thereto in any lower tier Subcontracts,together with the wage rates. The Contractor shall also ensure that this section, REQUIRED 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 applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13.(1)General Delete the second paragraph of this section, and replace with the following: Contractor shall bear the risk of loss or damage,for any reason,to all finished or partially finished work until Final Acceptance of the entire Contract. This includes all vandalism,theft and acts of God or nature. 1-07.15 Temporary Water Pollution/Erosion Control (***.*) Add the following at the beginning of the first paragraph: In accordance with the Department of Ecology guidelines, wastewater from cement rr concrete, masonry, asphalt concrete cutting or other operations shall not be discharged into storm drainage systems or surface waters. Wastewaters from cutting operations increase the pH of streams and lakes. Therefore, filtering prior to discharge is NOT acceptable. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale arl SP47 Wastewater shah be collecbxl uriMg a vacuum or pump and deposked into drums for Oil disposal.. Impervious surfaces cerdawitated with seamed and gift bum cutlincj, planning or ltdverizing operations shall be cleaned trt prevent contaminants from ever entering the storm a system or surface waters. +� The Temporary Erodon and Sediment Control Plan shag be incorporated in the Erosion/Water Pollution Control bid item and no addkiortal payment shall be made. 1-07.15(1) Spill Prevention,Control and Countermeasures Plan rt Add the following at the beginning of the first paragraph: The Contractor shall provide a spill prevention control and countermeasures(SPCC) plan this is applicable to any Contractor-supplied equipment or materials used during the course of this project. An SPCC plan template is shown at the following website: rr httx/fwww.wsdotwagovMRlndorlyresl3E7B226B-3C79-4CFF-933A- FSED1922AEB0/OSPCCPIanTemplate.pdf die 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering,measuring, or other verification. rr Public and private utilities, or their Contractors,will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment,relocation, replacement, or construction will be r'r done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: rr *** City- and WSDOT-owned facilities will be relocated or adjusted by the Contractor. No adjustments or relocations are anticipated for franchise utilities. *** �r The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors,and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: w arr SW Grady Way-Overlay Project Special Provisions Federal Aid No.STPD U 1288(004) November 2014 rYi arr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale hirci SP-48 aft Puget Sound may—Parser Puget Sound Energy — Cksdact Paul Peron Gas Contact: John Guay Pnneloa Tnc. InfraSource Construction, 8001.South 212th Street LLC 13330 Stone Ave N Kent,WA 98032 Seattle, WA 98133 Cell: it Cet 415-864-8353 206-948-4102. E-mail: E-maatk john.auay lase-cora Cenhwylink Comcast Cable Contact Sandra Lindstrom Contact Pill Walker 15550 Newport Way MN 4020 Auburn Way N Issaquah,WA 98027 Auburn,WA 98002 Office:206-345-0500 Office:253-288-7538 Cef:206-719-6899 Cell: 205-255-6975 E-mail:sandraindstromtnoerturvlirdc.com E-mail:Bill Wake cable.corncastcorn Btu Railway Company King County Metro Transit Division Contact:Megan McIntyre Construction Information Center elrrr Manager Public Projects Contact:Richard Garcia 2454 Occidental Ave South,Suite 1A King Street Center Seattle,WA 98134 KSC-TR-0415 Office:206-625-6413 201 S.Jackson St. Cell:206-423-4371 Seattle,WA 98104 _E-mail:megan.mdntvre@bnsf.com Office:206-684-2732 E-mail: rY construction.coord@ldngcounty.nov 360 Networks USA American Traffic Solution rig Contact:Joe Bangah Contact: CJ Downing 2101 4th Ave Suite 2000 209 West Main Street Seattle,WA 98121 Mesa,AZ 85201 Office: 206-239-4012 Office: 480-833-0268 Cell:206-612-1073 Cell: 480-760-1346 E-mail: loe.bangah@360.net E-mail:ci.downing@atsol.com Renton — Information Renton—Traffic Signal and Sign Shop Services (City owned Fiber Contact: Dave Whitmarsh Optic) Contact: Ron Hansen Reid Maintenance Shops Renton City Hall — 15t Floor 3555 NE 2nd Street 1055 South Grady Way Renton,WA 98056 Renton, WA 98057 Office: Office: 425-430-7423 425-430-6873 E-mail: E-mail: dwhitmarsh@rentonwa.gov rhansen@rentonwa.gov rr SW Grady Way Overlay Project SP 62 Special Provisions Federal Aid No.STPt1L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -' ar SP-49 Raton—Waxier Maiilltenan a Deft. Renton— Naitenance Dept.. George Stahl or Ray Siert O tact Richard W.Marshall or Stan Job Field tae Situps Mte:Shops 3555 NE z°°greet 3555 PEE 2"S t reef Rerton,WA 98056 Renton,WA 90056 Office:425-430-7400 Office:425-430-7400 Emit gstatiktinentornos.gov or E-rnak rounieshadgerentonria.gor tr l3ied AS Public and private utilities,or their Contractors,will furnish all wrtxk necessary to adjust, relocate,replace,or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment,relocation,replacement,or construction will be done during the prosecution of the work for this project. However,no impacts to any franchise utilities are anticipated with this project. 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 the Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage.The Contractor shall make reasonable effort to minimize the duration of outages,and shall estimate the length of time fa 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 the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours.All cost to the Contractor for providing temporary overhead lighting to meet the above requirements shall be incidental to the various unit and lump sum items of the Contract, no separate payment will be made. arr 1-07.18 Public Liability and Property Damage Insurance ,r, Delete this section in its entirety,and replace it with the following: 1-07.18 Insurance rr 1-07.18(1) General Requirements The Contractor shall obtain and maintain in full force and effect,from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies)or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage SW Grady Way Overlay Project Special Provisions Federal Aid No.S 1'PU111288(004) November 2014 arr - Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-5( to the Contractor,aft subconfradto s,Contracting Agency and the Contracting Agency's tont The coveraw shag protect terns for bodily injuries,personzd inducing accirlantsd death,as weU as cans for property damages which may arise from any act or omission of the Contractor or the subcontractor,or by anyone fly or indirectly employed by either of them. „ If warranted work is required the Contractor shaft provide the City proof that insurance coverage and knits established under the term of the Contract for work are in full force and effectduring the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance policy effecting coverage(s)required on the Contract prior to the date work commences. 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, All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2)Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency.The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an"occurrence"basis(Professional Liability and Pollution coverage are acceptable when written on a claims-made basis).The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s)for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M.best rating of AVII (A rating of A XII or better is preferred.) rlr If any insurance carrier possesses a rating of less than AVE,the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies),terms,conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. 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 Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. SW Grady Way Overlay Project Special Provisions Federal Aid No.S PU1.1288(004) November 2014 1110 Provided to Builders Exchange of WA, Inc,For usage Conditions Agreement see www.bxwa,corn-Always Verify Scale SP-51 Coverage shall include: •w A.Commercial General Liali ity-1S01993 Form or eqtavalent Coverage be written on an occurrence basis and ir*rde: • Premises and Operations(including CG2503;General Aggregate to apply per �. mit ) • Explosion,Collapse,and Underground Hazards. • Products/Completed Operations • Contractual Liability(including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury_ • Stop Gap Liability rrr 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, including Advertising activities)the(CONTRACTOR)shall maintain professional la 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. F. 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. Contractor shall name City of Renton, and its officers,officials, agents, employees and volunteers as Additional Insured(ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work.The City reserves the right to request copies of insurance policies,if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. +�. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation,within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 rr +r Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rir SP-52 it expended to be repaid to the Chi g Agency on demand,for at the sole discrellon of the Cont radi igr Agency,offset against Rids due the Contractor born irr the Coming Agency- 1-07.18(3)Limits LIMITS REQUIRED Proviing coverage in these stated amounts shal not be construed to relieve the Contractor from licixity in excess of such limits.The Contractor shall carry the following funks of kabirty i as required below: Commercial General Liability General Aggregate* $2,000,000** ' Products/Completed Operations $2,000,000*` Aggregate Each Occurrence Limit $1,000.000 Ir Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments(Any One $5,000 Person) Stop Gap Liability $1,000,000 a General Aggregate to apply per project(ISO Form CG2503 or equivalent) rim **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 gra (Each Accident) Workers'Compensation Statutory 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 required) Each Occurrence/ $1,000,000 Incident/Claim rrr Aggregate $2,000,000 Pollution Liability(If required) to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 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 the event any general aggregates are reduced for any reason,and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall SW Grady Way Overlay Project Special Provisions Federal Aid No.STPt1 L.1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • fig SP-53 Mg furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in rrl force. 1-0718(4)Evidence of insurance Within 20 days of award of the Contract,the Contractor shaft provide evidence of insurance ss by stkomiling to the Contracting Agency the Certificate of Insurance(ACORD Form 25s or equivafenU conforming to kerns as specified in Sections 1-07.18(1), 1-07.18(2),ars!1- 07.18(3)as revised above.Other requirements are as follows: rr A. Sluice the blowing or simiar wording: This Certificate is issued as a matter of kifonnation only and confers no rights upon the Certificate Her". B. Strive the wording regarding cancellation notrication to the City:"Faiure 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:"Should any of the above described policies be cancelled before the expiration date thereof,notice will be delivered in accordance with the policy provisions." 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. 1-07.23 Construction Under Traffic Section 1-07.23(1)is supplemented with the following: rr 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 lump sum bid item, Erosion/Water Pollution Control, and no compensation will be made for work described in 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 these situations will be ss required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize impacts to vehicular and pedestrian traffic. All costs to maintain the roads shall be born by sol the Contractor. One lane shall be provided in each direction for all streets at all times. Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings within and adjacent to the Work zone throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. AIL SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 s Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r' SP-54 Aft unattended excavaixons shah be proper barricaded and covered at an times_ ow Contractor s hal not open any trenches that cannot be completed and refilled that same day_ Trenches shall be patched or cxwered by a temporary steel plate, at Contractor's expense,except in areas where the roadway remains dosed to pubes traffic. Steel plies must be anchored Work Zone gear Zone (Jam 2,2012 WSDOT GSP) 7 r The Work Zone Clear Zone(WZCZ)applies during working and nonworking hers.The WZCZ apples 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. During actual hours of work,unless protected as described above,only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not rdr be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor haseta 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 4111 be determined as follows: Regulatory Distance From Posted Speed Traveled Way (Feet) 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 (December 6, 2004 WSDOT GSP) its SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1rl2$8(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ■r SP-.55 The Col or shall enter the moray orgy through legal movemerts from existing gra row,sheets and through other access ponds specrically Mowed by the contract documents_ (December 6,2004 WSDOT GSP) "' The potion of Sem 1-07.16(1)that prohibIs the merging of construction vides with public traffic from an access gained through adjacent probes is rescinded, provided the Contractor's submittal is approved as required belowr_ Access for Construction The Contractor may enter and leave the traveled way,auxiliary lanes or shoulders at approved locations other than established legal movemerds-To obtain approval of such an access location,the Contractor shall submit a request to the Engineer_ The Contractor's request shall be submitted to the Engineer at.least 30 calendar days prior to the time the use of the access will be required. This submittal shall include a vicinity map indicating the interstate stationing at the centerline of the access,distances from the end of ramp tapers of existing interchanges and a traffic control plan conforming with the requirements specified in Section 1- 102(2). The access shall meet the following requirements: ■r • Access to and from the worksite adjacent to a multi-lane facility will only be allowed to and from a closed lane_ sei • The merging point of construction vehicles and public traffic shall provide a Decision Sight Distance for the traveling public of 1,640 ft in urban areas and 1,360 ft in rural areas. a • In urban areas the access shall not be located within 3,280 ft of the end of a ramp taper,or the centerline of a road approach. In rural areas the access shall not be located within 2,720 ft of the end of a ramp taper or t' the centerline of a road approach. • Median crossings within 1.5 miles of the access point shall not be used in conjunction with the access. • No new median crossings shall be created for use in conjunction within 1.5 miles of the access point. r • Short-duration shoulder stops in the construction zone, utilizing light vehicles properly equipped with warning flashers,will be allowed without 101 a lane closure. • When in use the access location shall have traffic control in place as per Section 1-10. Unauthorized use of the access from adjacent property is to be prohibited by the use of signing and/or flaggers as conditions warrant. • The continuity of the existing drainage system shall be maintained as through the access site. SW Grady Way Overlay Project Special Provisions Federal Aid No.STP111.1288(004) November 2014 rt• - Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale OE SP-56 i • Air bornepa 'part'created as a reser of using the access shall be effectively cortrolectIrn • The access location shall not adversely affect wetlands or other sensitive areas. At the completion of the project,the Contractor shall restore the area of the access site to its original,pre-contract,Win.. Any damage to the traveled way,shoulders, auxiliary lanes,side slopes or other items caused by the access shall be repaired. AU work to comply with this provision or to bold,maintain,provide erosion control,control airborne particulates,ensure that drainage continues through the access site,provide traffic control when necessary,remove the temporary access and restore the surrouncing area when no longer recprked for use are the responsib llity of the Contractor. The Contractor shall include all related costs in the bid prices of the contract. �lr (August 7,2006 WSDOT GSP) Lane closures are subject to the following restrictions: *t*Between the hours of 9:00 am and 3:30 pm,Monday through Thursday,and between the hours of 9:00 am and 2:00 pm Fridays*.* If the Engineer determines the permitted closure hours adversely affect traffic,the tris Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon)on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 1111 1-07.24 Rights of Way (October 1,2005 APWA GSP) Delete this section in its entirety,and replace it with the following: 101 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. Generally,the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of aig 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 may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPEJ1.1288(004) November 2014 Mil Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar SP-57 gal Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted in the Plans. The Contractor sha8 not proceed with any portion of the work in areas where right of way,easements or rights of entry have not been acquired unto the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to ams of orris r on the part of the Contras Agency in obtainktg easements,rights of entry or right of way,the Contractor will be entitled to an extension of time. The Contractor agrees that such delay ,,, shall not be a breach of contract. 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 a 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, ,111 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 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters 11 1° (May 25, 2006 APWA GSP) Add the following new section: all 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work,a preconstruction conference will be held between the Contractor,the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected "" by the work; SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 as 4111 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-8 3.. To establish and review procedures for progress payment,notifications,approvals, etc.; 4. To estabish normal working hours for the work; 5. To review safety standards and traffic control;and 6. To discuss such other related items as may be pertinent to the work. The Contractor shaft prepare and submit at the preconstmction conference the fdlowing: 1. A breakdown of aft lump sun items; 2. A preliminary schedule of working drawing submittals;and 3_ A list of material sources for approval if applicable;and 4.. An approved Traffic Control Plan. In addition,the Contractor shall be prepared for a thorough discussion and review,as well as revisions,which may be deemed necessary in the opinion of the Engineer„of the following: • Contractor's plan of operation and progress schedule to be submitted 7 working days prior to the preconstruction meeting(3+copies) mai • Approval of qualified subcontractors(bring fist of subcontractors if different from list submitted with Bid) • List of materials fabricated or manufactured off the project • Material sources on the project • Names of principal suppliers • Detailed equipment list,including"rental Rate Blue Book"hourly costs(both working and standaby rates) as • Weighted wage rates for all employee classifications anticipated to be used on thhe Project • \Cost percentage breakdown for lump sum bid items(s) ab • Shop Drawings(bring preliminary list) • Traffic Control Plans (3+copies) • Spill Prevention Control and Countermeasures Plan& temporary Water Pollution/Erosion Control Plan(3+ copies) 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. rrr Add the following new section: 1-08.0(2) Hours of Work (June 27, 2011 APWA GSP) 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. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor a" commencing the work. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUlrl288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-59 Wratten man from the Engineer is required,if a Contractor desires to perform wk on how,Satui datys.or Sundays;Mare 720 a.m.or after 6:00 pin.on any day;or beget than an 8-hors.period on mayday_ The Contractor shall apply in Vining to the Engbeer for such permission,no later than noon on the working day prior to the day for which the Contractor is requesting permission to work.. Permission to work between the hours of 10:00 p.m.and 7:00 a.m.during weekdays and between the hours of 10:00 pin.and 9:00 am.on weekends or holidays may also be subject to none control requirements.. Approval to continue work during these hours may be le revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoinkig property owners regarcing the noise from the Contractor's operations. The Contractor shall have no claim for .lr damages or delays should such permission be revoked for these reasons. 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: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer 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. • On non-Federal aid projects,requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. '•" • Considering the work performed on Saturdays, Sundays,and holidays as working days with regard to the contract time. • 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. Add the following new section: AO 1-08.0(3) Night Work (******` tw The hours of work set forth is 1-08.0(2)above shall be modified as provided in 1-10.2(4). 1-08.1 Subcontracting (October 12, 1998 WSDOT GSP) Section 1-08.1 is supplemented with the following: .,o Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004 EF)that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these At subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. AO SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 a- Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Sr SP-60 A factor or lower tier Subcontractor win not be painted to pe+rb.m any work under the contract urdi the foliowing documents have been complekxlaml subrniitted to the 1.. Request to SubWork(Form 421-012 EF),and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Progects(Form 420-004 EF)_ The Contractor's records pertaining to the regtArernents of this Special Provision shall be 611 open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract,. The Contractor shag retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be amiable and open to similar inspection or audit for the same time period. 1-08.1(1) Subcontract Completion and Return of Retainage Withheld (August 4,2014 WSDOT GSP) Section 1-08.1(1)is revised to read: The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor,to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section,a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing r1�il 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: a. Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation,Termination,or Suspension of the Contract, in whole or in part - SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 a Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rrl� +rn SP-61 d Other sanctions as provided by the subcontractor or by law order .rapplicable prortql pay statutes. Condit>ons This clause does not create a contractual relationship between the Coming • Agency and any Subcontractor as stated in Section 1-081.Also,it is not intended to bestow upon any Subcontractor,the status of a third-party beneficiary to the Contract between the Contracting Agency and the Com. Air Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors.Those costs shag be incidental to the err respective Bid Items. 1-0&4 Prosecution of Work Delete this section in its entirety,and replace it with the following: 1-0 .4 Notice to Proceed and Prosecution of Work 41114 (June 27,2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The 10 Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The a• Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 4.1 When shown in the Plans,the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration,as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing,the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the "r installation of high visibility fencing,as described in the Contract. 1-08.5 Time for Completion -wr The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: sir 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 being on the Notice to Proceed Date,and shall end on the Contract Completion Date. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 411 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rig SP-62 A nonworking day is defined as a Saki day,a Sunday,a day on which the contract tract specifically sum work,or one of these ho idays: January 1,thkd Monday of January, is* Memorial Day,July 4,Labor Day,t+lovember 11,Thanksgiving Day,the day after Thanksgiving,and Christmas Day The day before Christmas stall be a hofiday when Christmas Day moms on a Tuesday or Friday.. The day after affisimas shall be a ho lklay when Christmas Day occurs on a Monday,Wednesday or Thursday. When Chrkrimas Day comas on a Saturday,the two precede/1g working days following shall be observed as holidays. When Christmas day occurs on a Sunday,the two working days followkrg shall be observed as holidays. When holidays other than Christmas fall on a Saturday,Wowing Monday wit be counted as a non-working day and when they fall on a Sunday the following Monday wit 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 Noticed 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. If Substantial Completion has been granted and all the authorized working days have been used,charging of working days will cease. The Engineer will furnish the Contractor a weekly report showing(1)the number of working rcr 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 'e1 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week(a4-10 schedule),and fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day when the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the r r report will be deemed to have been accepted by the Contract as correct. The requirements for scheduling the Final Inspection and establishing the Substantial rr Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. The Contractor shall complete all work within 30 working days after receipt of written Notice �rir to Proceed. 1-08.6 Suspension of Work (*****) 100 This section is supplemented with the following. After the project is awarded a single suspension of work will be granted until weather conditions are favorable for paving. The suspension will be extended until no later than March 15,2015. nr alli SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUr.1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale teg .r Sig'-63 10 11-08.T Maintenance During Suspension (October 1,2005APWA GSP) Revise the second paragraph to react 41101 At no expense to the Cortracting Agency,the Contractor shall provide through the construction area a safe,soh,and unobstructed roadway,sidewalk,and path for pubic use during suspension(as required in Section 1-0723 or the Special Prov)_This may include a temporary road or detour. 1-0&11 Contractor's Plant and Equipment fir*.:., Section 1-08.11 is a new Section: The contractor alone shall at all times beresponsble for the adequacy,efficiency,and sufficiency of his and his subcontractor's plant and equipment. Neither the Owner nor the Engineer assumes any responsbility,at any time,for the security of the site from the time the Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner.. The Contractor shall employ such measures as additional fencing,barricades,and watchmen service as he deems necessary for the public safety and for the protection of the site and his equipment. The Owner shall be provided keys for all fenced,secured areas. 1-08.12 Attention to Work Section 1-08.11 is a new Section: arc The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully,and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same,and to supply materials,tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: s (***1 Lump Sum.The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each Jump sum bid item.The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item.The summation of the detailed unit prices for each - item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Mal SW Grady Way Overlay Project Special Provisions Federal Aid No.STPtJIr1288(004) November 2014 dlr al Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ir` SP-64 , Cubic Yard Oua i` s..Contractor shall provide tri trip tickets kw proe ss payments �wr only in the foOnning manner_Where items are speaTed to be paid by the c t is yard,the following trAy system shall be used. AM trucks to be ericoloyed on this work will be measured to detennkre the volume of each truck..Each truck shall be dearly numbered,to the satisfaction of Er r,and there shall be no duplication of lumbers. Duplicate tally tickets shall be prepared to accompany each truddoad 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 deliverysk 4.Location of delivery,by street and stationing on each street 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be Contractor's responsiility 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. Quantifies byTon_It will be Contractors responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload 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 Irir honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the a' project.All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name,date, and time of delivery +rir 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 particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a rrw SW Grady Way Overlay Project Special Provisions Federal Aid No.STP111.1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-65 ~Payment"clause but twit in the Proposal Form,and Wait for that I -is performed by the Contractor and the work is not stated as iced in or i i�► SP-66 Services and other e ck s. The Contractor shin commk no pubic nuisance, keep all sees dean,dispose of an refuse in a proper mariner and leave the Project Site in a neat and sanitary j matron shall also include, but not be linked to, the followi g items: the movement of moor's person , equipment, supplies, and incidentals to the project Site; the estabashment of an office, buildings, and other families necessary for work on the project; providing sanitary families for Contractor's personnel;and c ltak irg permits or licenses required ,r to complete the project not furnished by Owner. This item shat also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite;and wit a table and chair for their use when needed. Payment will be made for the following bid items):.'Mobilization:Lump Sum. 1-09.9 Payments irr (March 13,2012 APWA GSP) Supplement this section with the following: sti Lump sum item breakdowns are not required when the bid price for the lump sum item is less than$20,000. Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the 0111 Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the art Preconstruction Conference,to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part 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. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 sat Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale AS SP-67 1- tlnk Price items in the Bid Form—the appiricukr ate quantity of acceptable units of ,„ work corrpteteril mulkafed by the or*price. 2. Lump Sum Items in the Bid Form—based on the wed Contractor's lump sum breakdown for that item,or absent such a breakdown,based on the Engineer's determination_ aa 3. Materials on Hand—100 percent of axroiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra,cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1_ Retainage per Section 1-09.9(1),on non FHWA-funded projects; 2. The amount of progress payments previously made;and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or as an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. (*****) Supplement this section with the following: err Furnishing portable toilets shall be considered incidental to the project and no additional compensation shall be made. 1-09.9(1) Retainage (June 27,2011 WSDOT GSP) a, Section 1-09.9(1) content and title is deleted and replaced with the following: 1-09.9(1)Vacant 1-09.13(3)A Administration of Arbitration (October 1,2005 APWA GSP) Revise the third paragraph to read: 401 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. err SW Grady Way Overlay Project Special Provisions Federal Aid No.STK;L4288(004) November 2014 wN Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale go SP-68 1-10 TEIVORARY TRAFFIC CONTROL 1-1042)1 General (December 1,2008 MOOT GSP) Section 1-102(1)is su mlented as foIa " Only treiningwitty WSDOT TCS Mrd and WSDOT training curriCulum is recognized in the State of Warshingon.The Traffic Control Supervisor shall be certified by one of the following: w► The Northwest Laborers-Employers Training Trust 27055 Ohio Ave_ Kingston,WA 98346 (360)297-3035 Evergreen Safety Council Obi 401 Pontius Ave_N. Seattle,WA 98109 1-800-521-0778 or (206)382-4090 wr The American Traffic Safety Services Association 15 Riverside Parkway,Suite 100 Fredericksburg,Virginia 22406-1022 Training Dept.Toll Free(877)642-4637 Phone:(540)368-1701 ww rr aw ea SW Grady Way Overlay Project Special Provisions Federal Aid No.STPD 1,1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-69 da 1-1022)Traffic Control Plans Section 1-102(2)is supplernented as folowv The Contractor shall be respons le for assuring that traffic control is installed and maintained in confonnance to estifished standards.The Contractor shali continuously evaluate the operation of the traffic control plan and take prompt action to correct any do problems that become evident during operation. Traffic control plans for work within WSDOT limited access will be subject to WSDOT review prior to implementation-WSDOT review of traffic control plans may take up to 20(twenty) do working days. *****) Section 1-0723(3)is a new section 1-07.23(3)Notifications w► The Contractor shall be responsible for delivering notification twice to all properties that front or access from,any street on which the asphalt concrete is to be applied.The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours(24 hours)prior to the beginning of work. The City shalt supply the Contractor with sufficient quantities of standard notification 40 forms that the Contractor shall fill Out with the specific location and times for each location prior to issuing the notices to fronting/accessing properties. All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for"Project Temporary Traffic Control." On streets to be overlaid,the Contractor shall post"No Parking"signs a minimum of 72 hours in advance of the work taking place.The signs shall specify the date and hours that the parking restrictions will be in effect and the name of the contractor and phone number are clearly visible on the sign.The Contractor shall assure that prior approval for the parking restrictions has been obtained from the City of Renton Department of Public air Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s)violating a posted"No Parking"sign. However,the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner lives in the area. All work on this contract,other than grinding and paving,shall be performed between the off-peak traffic hours of 8:00 a.m. and 4:00 p.m., unless otherwise approved by the engineer. wr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1 1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-7(J WA 1-10.2(4)Project Specific Traffic Control Conditions Section 1-102(4)is a new section: All grinkxj and paving shaft be conducted between the hours of WOO PM and 5:00 AM.The City w t provide the Contractor with a Night Work Permi. The Contractor shall comply with a0 Might Work Permit requirements. wr Half of the SW Grady Way S roadway may be dosed at any one time_ During a half- roadway closure one lane of traffic in each erection shall remain open. No lane closures shall occur on SW Grady Way during the AM peak(7:00 AM—9:00 AM)or raw PM peak(400 PM—6:00 PM). No traffic shaft be temporarily held on SW Grady Way during peak periods(from 7:00 AM— 900 AM and 4:00 PM-6:00 PM,unless otherwise noted or approved by the Engineer) specified for any movement of vehicles,equipment,materials or supplies in or out of the work zone. 1-10-.3 Traffic Control Labor,Procedures and Devices {I***, 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. Nr Barricades shall 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. +yr 1-10.3(1)C Uniformed Police Officer (*****) The following new section is added: 1111 The Contractor shall arrange for uniformed police officers to be present for flagging traffic when construction affects traffic at any signalized intersection within the project limits. ww vs �rw SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 11111 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale11111 as SP-7I 1-103(3)A Cordon Signs Section 1-110_3(3)paragraph 1 is revised as fob:: All signs required by the approved traffic control plan(s)as well as any other appropriate WA signs as deemed necessary by the Engem,or required to conform with estabished standards,will be furnished by the Contractor. Section 1-10.3(3)paragraph 4 is revised as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.All costs to provide set-up,maintenance,relocation,and removal of Class A or Class B construction signs shall be included in the lump sum centrad price of Project Temporary Traffic Control of the work in the bid proposal 1-10.4 Measurement " 1-10.4(1)Lump Sum Bid for Project(No Unit Items) (August Z 2004 WSDOT GSP) .r Section 1-10.4(1)is supplemented with the following: The proposal contains the item Project Temporary Traffic Control,"lump sum. The provisions of Section 1-104(1)shall apply. 1-10.5 Payment Section 1-10.5 is supplemented with the following: Payment will be made for the following bid items:"Project Temporary Traffic Control,"per lump sum.The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10 and the Special 111 Provisions herein, including Uniformed Police Officers as necessary dm a a a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPEJ1.1288(004) November 2014 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a ST-72 Add the following new section: a 1-11 RENTON SURVEYING STANDARDS( EW SECTION) W 1.11.1 Description 1-11.1(1) Responsibility for Surveys AN 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. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW_ 1-11.1(2) Survey Datum 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 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 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification 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 a methodology shall exhibit at least 1 part in 50,000 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 Techniques dated 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 a 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 3,000 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 ra benchmark does not exist within 3,000 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 err benchmarks established. a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 a Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a SP-73 3 111-1(3) Subdivision kdonnation Those surveys depender4 on section subdivisionshalt reveal the cordrolinig monuments used and the sut�cfinrision of the applicable quarter sector. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement 1-11.1(4) Reid Notes •" Field notes shall be kept in c onverltional format in a surd 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 cordial and base line traverses describing station occupations and what rr measurements were made at each point. Every point 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.348.16.01,the second point would be 348.16.02, .r 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 Corner 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 corner's location on the ground. ars 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 corner 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 corners;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 lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects 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 be observed for staking or"as-builting"while occupying one such monument and sighting another such rr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale l SP-74 r>r monument. A mirarkin of twlo of these permanent montane/its dial be egg monuments. recognized and on record wkh the City of Reston. The Cordml or Base lime Survey shag occupy each monument in turn,and shall satisfy all appecthle requirements of Sedion 1-11.1 herein. The draw inng depicting the survey shal be neat,legible,and drawn to an apprwriate scale. North orientation should be dearly presented and the scale shown grimy as wen as noted.. The draw rng must be of such quality that a reduction thereof to one-half original scale remains leg�lle_ If recording of the survey with the King Court),Recorder is required,k 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 win be recorded with the King County Recorder. If recording is not required,the survey drawing shall be prepared on 22-inch by 34-inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. 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 the point 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. tri 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of 1111 section 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks 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 benchmarks must be complete to ensure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station—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. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-75 The drawing and ateCtionic listing reqdrements set forth ki Sec 1-11.1 tin shy be ..r observed for an topographic surveys. 1-11.1(9) Topography B evalaons for the pains octxpiedor back sigrtded in a rand topographic survey shan be Wined enter by 1)spiait leverirg ww.h rnischasure not to reed(Li feet or Federal Geodetic Control Commktee third order elevation any specificaions,OR 2)trigonometric ung with elevation ddb determined in at least two drieclions for each point and with rrhisdOsure of the akculi not to exceed 01 feet. 1-111(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shalt satisfy Federal Geodetic Control Commitee specifications as to the turn points and shall not exceed a 0.1 foot error as to side shots. 1-11.1(11) As-Built Survey A8 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. The"as-bulitn 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-builting"surveyor is therefore required. All"as-built"surveys 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 1411 submitted with stamped 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 Section 1-11.1(6)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 auSection 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 corners shall be shown or described on the face of the plat or survey of record,e.g.,"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. .rr 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 portion of a right-of-way or other SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUUI288(004) November 2014 aort Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-76 area,the monument std be set below the ground surface and combined within a lidded case kept separate horn the monument and flush with the pavement surface,per Section 1-11..2(3)_ rr in the case of right-of-way centerline monuments all pct of curvature(PC),points of tangency (t"i)„street moons,comer polls of cut de sacs shall be set. If the point olf i rlr (PI)for the tangents of a curve fall within the paved portion of the right-ck ay,a mores can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a Cray of Renton approved subdivision of property,a City of Renton Monument Card(furnished by the c y)identifying the monument point of intersection(PI),fedi of tangency(PT),point of curvature(PC),one-sixteenth corner,Plat monument,street intersection,etc.,complete with a descrption of the monument,a minimum of two reference points,and WAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the City. 1.11.2 Materials 1-11.2(1) Property/Lot Corners irk 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 permanently marked or 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 Detail H031. END OF DIVISION 1 SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU Iel288(004) November 2014 om Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r. .tr SP-77 DIVISION 2 it EARTHWORK 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEAN 2-01.2 Disposal of Usable Material and Debris Section 2-012 is supplemented as follows: The Contractor shall dspose of all debris by Disposal Method No_2—Waste Site. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements "' Section 2-02.3 is supplemented with the following: The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from rr the roadway surface and area must be swept clean prior to application of the tack coat for overlay. 2-02.3(3) Removal of Pavement,Sidewalks and Curbs Section 2-02.3(3)is supplemented with the following: 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. 2-02.3(4) Sawcutting Section 2-02.3(4)is supplemented with the following: Where sawcutting is required,the sawcut shall be three inches deep,minimum.Where the existing pavement is more than three inches thick,the portion below the top three inches may be broken after the sawcut is made. "" Care shall be taken to prevent damage to the existing pavement specified to remain. All damage to existing pavement specified to remain shall be repaired in accordance with Section 1-07.13. ,rr The Contractor shall perform all sawcutting work, including all containment, collection and disposal of sawcutting debris and wastewater, in accordance with Section 1-07.5(3). rr SW Grady Way Overlay Project Special Provisions Federal Aid No.STPD .1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I�r SP-78 i r; 2-02.4 Measurement Section 2-02.4 is supplemented with the Sawo utting wilt be.gyred by the sneer foot of sawed,whether fun-depth or a sped moo depth,along the lire and grade of the saw and the limits of the sawcut as shown in the Plans. 11110 2-02.5 Payment Section 2-02.5 is supplemented with the following: "Sawcutting",per linear foot. The unit contract price per linear foot for"Sawcutting"shalt be full pay for performing the work as specified,including containment,c ollect on,and disposal of all sawcutting debris and wastewater. "Remove Cement Concrete Sidewalk",per square yard. "Remove Curb and Gutter",per linear foot "Remove Cement Concrete Pavement",per square yard_ rri The removal and disposal of plastic traffic buttons and thermoplastic markings shall be considered incidental to the project and no additional compensation shall be made_ All costs related to the removal and disposal of structures and obstructions including sawcutting,excavation,backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If ow pavements, sidewalks, or curbs 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 separate items 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 gig calculated for excavation. END OF DIVISION 2 gig rr gii SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4111 SP-79 It ilN 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT .rr 5-04.3(3)A Material Transfer DeviceoVehicle (August 3,2009 WSDOTGSP) rr Section 5-043(3)A is deleted in its entirety. 5-04.3(5) Conditioning of Existing Surface tetras*) Section 5-04.3(5)is supplemented by adding: The Contractor shall maintain existing surface contour during overlay,unless otherwise directed by the Engineer. Preleveling may be required at the discretion of the Engineer. 5-04.3(5)A Preparation of Existing Surfaces tatta I ■r Section 5-04.3(5)A is supplemented by adding: ar The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving to ensure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractors' equipment. If the paving machine is"walked"from one site to another,the sweeper must sweep up behind the paving machine. The sweeper shall not leave the site until given permission by the City's Inspector. All utilities shall be painted with a biodegradable"soap"to prevent the tack and HMA from sticking to the lids. Diesel shall not be used. After the application of soap, catch basins must b covered to prevent tack and HMA from getting into the catch basin. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. All overlay ends and edges shall be sealed within five days following the completion of the overlay. The Contractor shall locate all utilities for access immediately after overlay and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 rr rw Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-W) The Contractor shaft locale and completely expose gas and water valves for access immediately after final ming r The day following the start of application of ACP,utility adjustments must begin..The Contractor shall have an adjustment crew adjusting utilities every workable working day urs adjustments are complete. Doing the a usiment of any utility,existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Irl Utility adjustment shall be made per conked with respect to materials and methods except for revisions approved in the field by the City inspector. Utility patches shall be sealed weekly. 1111 Utility adjustments must be completed 15 working days after overlay is complete,and within the specified working days. Payment for utility adjustments includes all labor,materials,tools,and equipment necessary to complete the adjustments(including asphalt concrete pavement). S 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that ter the mix design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. 1111 The mix design will be the initial job mix formula(JMF)for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA rir Item 7 is deleted. S 5-04.3(9) Spreading and Finishing S SW Grady Way Overlay Project Special Provisions Federal Aid No.STPIJL1288(004) November 2014 S 1110 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale sr SP-81 Seaton 5-043(5)is supplemented by adclutcs The Contractor shaft main a straight edge on mat,where there is no gutter fine.to a+7 per 100 t near foot tolerance.The Cor ms:tor may be required to pull a string tine and pairs a line as rr a fu's During overlay procedure,driveways and connecting streets shall be tied to new mat by means of adding atickkxtal material and leathering"the edge_ All material raked off shall be removed from the site. 5-04.5(1)A Price Adjustments for Quality of HMA 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"f" All aggregate passing:1 'h", 1",3/4", 1/2",3/8"and No.4 sieves 2 "' All aggregate passing No.8,No 16, No.30,No.50,No. 100 3 All aggregate passing No.200 sieve 20 Asphalt binder 52 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 Nonstatisical 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 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 wr 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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 appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the .irt street shall be tested to provide a minimum of three sets of results for evaluation. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUI.1288(004) November 2014 4111 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-82 ills For each kg of HMA produced under NonstEdUical or Commercial Evaluation when the cdcukded CPF is less than 1_+03,a Noncorgorming Wax factor(NCFM)w be determined. THE /NCRA equals the algebraic,, rence of�F minus 1..00 rn ed by 60 percent. The. Mix 4 omp Ea nce Price A me�.t be cakvlated as the pnxiect of the NOF,the quantity of l-ildlA.in the lot in tons,and the unit contract prime per ton of the nix. If a constituent is not measured in accordance with these Specifications,its individual pay factor Mrd be considered 1.00 in calculating the composite pay factor. au 5-04.5(1)A Price Adjustments for Quality of HMA Compaction (** *r) Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 rrr 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 NCFF,the quantity of HMA in the au lot in tons and the unit contract price per ton of the mix. END OF DIVISION 5 al SW SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale yw ,rr SP-83 rw DIVISIONS 7 DRAINAGE STRUCTURES,STORM SEWERS,SANITARY SEWERS, WATER MAINS,AND CONDUITS 744 STORM SEWERS 7-04.5 Payment rrr ("*'*, The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kkid and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item'Gravel Backflll for Pipe Bedcftng" is included in the Schedule of Prices,pipe aw, bedding, as shown in the Standard Plans, 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_ Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe,and no additional compensation will be allowed. 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. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation, and rotated to align with curb line or to accommodate new improvements as necessary. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6" above grade. • SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 "W Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-84 ■r in unpaved streets:Manholes,catch basins and similar structures 1i areas to be surfaced with crushed rock or gravel shad be constructed to a point approdinately eight inches below the stiagrade and covered with a temporary wood covet Existing manholes shaft be cut off and covered in a similar manner_ The contractor shall=duly reference each manhole so that they may be easily found upon completion of the street work After placing the gravel or crushed ` stone surfaang, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bninjOg manholes to grade shall center about the mare and be held to the minimum area necessay. At the completion of the rir, manhole adjustment,the void around the manhole shall be backilled with materials which result in the section requked on the typical roadway section,and be t orougtly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shalt be e1 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 manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall b 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 shall then be placed and compacted with hand tampers and 1110 a patching roller.The complete patch shall match the existing paved surface for texture,density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets:The final alignment and grade of cast iron frames for new and old inlets to a> be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame.The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. a r SW Grady Way Overlay Project Special Provisions Federal Aid No.SITU L-1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a ar SP-S5 Aft Valve boxcastings' :Adjustments at valve box castings shaa be made in the same manner-as for rnanrx�es_ 7-05.4 Measurement 11111 Section 7-05A is revised and supplemented as follows: Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. 411 Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by "Adjust Existing ," per each, which shall be full pay for all labor and materials including all concrete for the completed adjustment in accordance with Section 7- 111' 0 53(1)and the City of Renton Standard Details. Replace grate with solid rectangular cover will be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ,"per each. The unit contract price per each for "Adjust Existing " shall be full pay for all costs 40 necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost shall be included in the cost of the pipe. END OF DIVISION 7 ,rr 40 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL-1288(000 November 2014 AO Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-86 rr • DIVISION 8 PRISCELLANEMS CONSTRUCTION 8.09 RAISED PAVEMENT MARKERS 8 .,5 Payment bion 8-03.5 is revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1-,per each. `Raised Pavement Marker Type 2-,per each. wr The unit contract price per each for`Raised Pavement Marker Type "shall be full pay for all labor,materials and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8-13 MONUMENT CASE AND COVER 8-13.5 Payment Section 8-13.5 is revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Adjust Monument",per each. 8-14 CEMENT CONCRETE SIDEWALKS iw 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on rw sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly Mk concrete shall be removed and replaced at the expense of the Contractor. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPLJr.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 11r .r SP-87 8-20 niummumon,TRAFFIC SIGNAL SYSTEMS,AND ELECRUCAL ift 8-20.3(4) Foul Sedion 8-20.3(4)is revised and supplemented as yrs: The anchor barks shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if posse_ Distucbed earth or baddfil material shaft be corralled to 95 percent of the material's maximum density_ Before placing the concrete the Contractor shag block-out around any other underground ubTories that fie in the AO excavated base so thatthe concrete will not adhere to the unity fine. 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. du Foundation shall all be Class 3000 concrete. After the specified curing period,the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed,the grade for the top of the foundation shall be as specified by the Engineer. (See detail sheet) 2. Where sidewalk or raised islands are to be constructed as a part of this project,the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet) '"r All concrete foundations shall be located as per stationing on the Plans or as located by the Engineer in the field. 8-20.3(5) Conduit Section 8-20.3(5)is revised and supplemented as follows: The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the Plans. 10 The fiber optic line(s)installation for the Schedule B, conduit pipe 3 in.diem.,is not part of this contract. 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. arc SW Grady Way Overlay Project Special Provisions Federal Aid No.STI PU1r1288(004) November 2014 sr� °n' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale SP-S8 ilk Ai conduit openings shet be Riad with 4iproved belt-errds or Bushings. Wall thickness of conduit shat be consisterd withinoontk nous c ondull rum with no mixing of egferent schedule Wes bin terminations. The Contractor shall provide and install at=nit*and necessary fittings at the locations noted rw on the Plans. Conduit size shall be as irked on the wiring and conduit schedule shown on Plans. Conduitto be provided and installed shall be of the type incdcated below: Schee 40 heavy wall PVC Conforming to ASTM standards shall be used whenever the conceit is to be placed other than within the roadway area. Schedule 80 extra heavy wall PVC Conforming to ASTM standards shall be used when the conduit isto be placed within the roadway area. All joints shall be made with strict compliance to the manufacturers recommendations regarding cement used and environmental conditions. 8-20.3(6) Junction Boxes Section 8-20.3(6)is supplemented as follows: 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 Ilk installation of a 4-inch-thick Class"B"cement concrete pad enclosing the junction box as per the Plans,specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. OOk Junction boxes shall have galvanized steel lids and frames. Junction boxes used for electrical wiring shall utilize a locking lid per City of Renton Standard Details. iss Non-Skid Coating Contractor shall confirm any galvanized casting or junction box surface has fully aged (appears dull, and is not shinny)before surface application and preparation is applied. The coating shall be applied to the galvanized cover and frame of the junction box exposed to pedestrian traffic. ` The Contractor shall prepare the galvanized surface,removing rust,scale and any existing non- slip coating completely. Removal of zinc salts shall be done with a soft bristle brush using either +r (1)a mild ammonia, (2) citric acid,or(3) acidic acid solution. Following this, an aqueous alkaline or solvent cleaner shall be used on the surfaces to remove any remaining oil and grease. Any of the removal agents/chemicals used shall be contained and prevented from spilling onto sidewalks, roadways or soils and shall be removed from the handhold and work site. The final preparation for the surface shall be pressure wash at less than 1500 PSI. ilk SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wr SP-89 rr The sere shall be towel dried after pressure wash and thereafter protected from moisture,al, and chemicals for a nil a of 24 hours prior to a. e caatiion(or as d' and shag manufacturer's directions). The junction box (TC",C etc)4)sW kali be protectedd a shag be dearly visible after coating. The surface of the cover and frame shall have a texture of random ridges of not less than 1115'and not more than 1/8"after caring as applied by roller of sufficient nap, but shall not exceed manufac er's direction for maximum thickness. The non-skid coating .r shall be protected from pedestrian/vehicle traffic,moisture,chemicals and oil during the curing period. The anti-slip coating shall conform to ASTM E303-93 for pedestrian slip resistance,and shall be capable of minimum wet Pendulum Test Value of 54. The coating shall be resistant to oil, gasoline,alkaline and adds and shaft be fire retardant after curing. The anti-slip coating shall be gray. a. 8-20.3(8) Wiring Section 8-20.3(8)is supplemented as follows: Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end,crimp style solderless Mr terminal connector,and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers,wire cutters,etc.,will not be 411allowed. 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 rw signal terminal boards with pressure type binding posts. 8-20.3(9) Bonding,Grounding 'll Section 8-20.3(9) is supplemented as follows: 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 inch 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 signaVlighting service cabinets shall be grounded to a 5/8 inch in diameter x 8'0"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. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the"Schedule of prices." AM SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-90 iii 8-28..(10) Services Translourmer,Intelligent Transportation System Section 8-203(10)is revised and supplemented as follows P2irr Woo is deleted. raw Paragraph three is deleted The following is added: r"'' Power service shall be single phase 120/240 volt, 3 wire 60 cycle A.G. (street righting c ontactorhraflic signal,grounded neutral service)per City of Renton Standard petals. it The power service point shall be as noted on the Plans and shall be verified by the electrical servicing utility. wi 8-20.4 Measurement w► Section 8-20.4 is supplemented as follows: "Apply Non-Skid to Utility Cover"shall be measured per each. "Adjust Junction Box"shall be measured per each. 8-20-5 Payment a" Section 8-20.5 is supplemented as follows: "Apply Non-Skid to Utility Cover", per each. The unit contract price for each shall be full payment for furnishing all labor,materials, applicators,chemicals and equipment necessary to install the anti-skid coating required in this specification or per the manufacturer's instructionstions. "Adjust Junction Box", per each. The unit Contract price for each shall be full payment for furnishing all labor, materials and rr equipment to adjust existing junction boxes to grade as shown on the plans, regardless of whether it is part of an illumination or traffic signal system. as 8-22 PAVEMENT MARKING 8-22.1 Description �Ir aft SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 40 SP 9l 04 The fang terra in Senora 8-22.3(3)8 is supplemented as follows:(*****1 Jo Crosswalt Ike(Replacement) A SOLID -fiTE fine, 8 inches wide and 10 feet long, iristaNed parallel to anaher crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane fines and the 40 center of lanes.See detail sheet Stop Line((Replacement) 8-22.5 Payment Section e+et*) 8-22.5 is supplemented as follows: 40 `Remove Existing Traffic Markings,'per lump sum. The lump sum contract price for"Remove Existing Traffic Markings"shall be full compensation 40 for furnishing of labor,tools,material,and equipment necessary for removal of existing traffic markings as per the plans,specifications and detail sheets. If these pay items do not appear in the contract schedule of prices,then the removal of old or conflicting traffic markings required to 401 complete the channelization for the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-22.5 Payment (+d***) 411 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 44 markings then all costs associated with these items are considered incidental to other items in the contract or included under"Temporary Pavement Markings." END OF DIVISION 8 ar 4 air AO SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 sill • Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP 92 1Woi DIMON 9 MATERIALS S 9-14 EROSION CONTROL AND ROADSIDE PLANTING +ru 9-14..1(1) Type gab Section 9-141(1)is supplemented as fo ows: Toil Type A shall consist of a mixture of compoat,meeting requirements of Section 9- 14A(8),and sandy loam per USDA soil texture classtlication.The mixture shall contain a olA m-luinum of 10%organic matter. The mixture shaft be free of weeds,deleterious materials,, rocks,and debris. 100%of the imported topsoil shall pass through a 3/4w screen,less than 25% shall pass through a#200 sieve.Submit one-gallon sample,source,and letter of certification from the supplier for approval prior to installation. The topsoil shall be Cedar Grove Composting two-way topsoil, Pacific Topsoil 2-way mix or approved equal. To be equal, source should be a commercial operation with expertise in oar production of topsoil, an established method of screening materials to verify no pollutant contamination and that all materials are biodegradable, and produce a product that is equal in quality to the source listed.A quality topsoil product is at a minimum a sandy loam soil with fine compost amendments, rich in nutrients,free draining,and weed free. w. 9-14.2 Seed Section 9-14.2) is supplemented as follows: Grass Seed Mix:Certified quality see shall meet the following: %by Weight Ingredient %of Pure Min. %of Max. %of 016 Seed Germination Weed Seed 70% Barkley Lo-Gro 98% 90% 0.5% Perennial Rye 20% Red Creeping 98% 90% 0.5% Fescue 10% Hard Fescue 98% 90% 0.5% .th 9-15 IRRIGATION SYSTEM 9-15.3 Automatic Controllers `w Section 9-15.3 is supplemented with the following: The controllers shall be as follows: Controller'A'AND 'B'(2 controllers):Toro Sentinel`SSAK24PS16NS1' 12 Station Transceiver shall be Toro Model SRTA. Controller: General Conditions SW Grady Way Overlay Project Special Provisions Federal Aid No.STPD 11288(004) November 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-93 t- Cone shall be hard wired in condi& A9 condi,/me to be IL approved electrical condi*cr>anerrr an size 1 112 inch diameter, 18 inch deep Win. 2 ConduL size for irrigation control ores shag be nirimum 1 1/2 inch disarm ter. 3_ Commimicatim cable shall be the type recommended ed by the - '� manufacturer. No splices in the communication came WI be allowed unless approved in wrnT tg by the Eng 4.. Controller and sensor decoder shall be grounded per manufacturer's recommendations. air 9-15-4 Irrigation Heads rrr Section 9-154 is supplemented with the following: Provide as follows: rr A. The pop-up spray heads shall be Rain Bird 1806 Series(6'pop-ups). B. Rotary Spray Nozzles shall be Hunter MP Rotator. C. Spray Nozzles shall be Rain Bird MPR Matched Precipitation Rate. 9-15.7(2) Automatic Control Valves Section 9-15.7(2)is supplemented with the following: Provide Rain Bird PEB Automatic Control Valves for all irrigation zones. 9-15.8 Quick Coupling Equipment au Section 9-15.8 is supplemented with the following: Quick Couplers shall be Rain Bird 44LRC. Provide Owner with two (2) sets of the following: Coupler Keys. Hose Swivels, Lid Keys. 9-15.11 Cross Connection Control Device Section 9-15.11 is supplemented with the following: Provide as follows: A. Manufacturer must be on the "Approved Cross Connection Control Devices" list of the Washington State Department of Health. B. Shall be type and size shown on drawing and/or the following: FEBCO Model 850U, double check valve, or approved equivalent, size 1 inch. 9-15.15 Flow Control Valves Section 9-15.15 is supplemented with the following: rrr Items A and B list two separate units that include a normally open automatic valve and a separate flow sensor unit. SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1.1288(004) November 2014 rlr Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a SP-94 rr A Master Valve: 1. The masks°acttu l valve shall be a namely open etc solenokl a tuated valve. The valve sly have an NPT inlet and outlet.. The valve shaft be czpable of woddng atpressunasofopto150psi. iv 2.. The master control valve shad meet al of the regdrements for Automatic Control Valves with the exceptiori of that noted above. 3. The master control valve shag also be of the type, manufacture and size shaft be the following: 1-1/2 inch Toro 220 Brass,or approved equal. i B. Flow Sensor: 1. The thermoplastic flow sensor shall have a six bladed imer with a proprietary, non-magnetic sensing mechanism. The transmitted signal shaft be a low impedance 8 VDC square wave signal.. The maximum transmitted signal distance shall be 2000 feet. 2. The flow sensor shall include a PVC schedule 80 tee fitted with a removable vi sensor alert. 3. The flow sensor shall be Toro(1")TFS. a. Flow sensor wire shaft be P89 computer interface wire 9-29 ILLUMINATION,SIGNALS,ELECTRICAL 9-29.1 Conduit Section 9-29.1 is supplemented as follows: The conduit PVC-non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall PVC conforming to ASTM,Standards,to be used in all installations under roadways. 2. Schedule 40 heavy wall PVC conforming to ASTM Standards. 9-29.2 Junction Boxes(RC) Section 9-29.2 is supplemented as follows: 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 Details. 9-29.3 Conductors,Cable Section 9-29.3 is revised and supplemented as follows: a Items 8 and 11 are revised as follows: 8. Detector loop wire shall be No. 12 AWG stranded copper wire,Class B,with chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. a SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.1288(004) November 2014 a Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a .r SP-'' " 11_ Conanuricitions cable shall meet REA�n PE-39 and shaft have No. 19 AWG wies with 0_008 lich FPA/MPR coated alianiruun shielding.The cable Shaul have a petroleum compound completely tib the inside of the cable. Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circut nu ber shown on the Plans. The Contractor shall provide and install aft the necessary wiring,fuses and fittings so as to .■ conrglete the installation of the steal and bgNing equipment as shown on the Plans. Aft materials and installation methods,exceptas noted otherwise herein,shall comply with applicable sections of the National Electrical Code. Add the following new section: 9-29.6(2)Decorative Luminaires rr Poles shall be HAPCO RTA16C5B4 (16-foot height) and HAPCO RTAO8D4A4 (8-foot height) with RAL9005 black powder coat finish per 73737-151. 9-29.9 Ballast,Transformers Section 9-29.9 is supplemented as follows: 1111 The Ballast shall be pre-wired to the lamp socket and terminal board. 9-29.10(2)Decorative Luminaires Section 9-29.10(2)is deleted and replaced as follows: Luminaires shall be: Lumec-DOS-60W3OLED4K-LE3F-240-COLTX. Luminaire Arms shall be Lumec-UN-005-1A-TS-COLTX,48"length. 9-29.11(2) Photoelectric Controls Section 9-29.11(2)is deleted and replaced as follows: dIll Photoelectric controls shall be a plug-in device,rated to operate on 120 volts,60 Hz.The unit shall consist of a light sensitive element connected to necessary control relays.The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable 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 luminaire. In a contactor controlled system,the photo cell to control the system shall be mounted on the luminaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching"ON" 1,000 watts of incandescent load as a minimum. 1111 1111 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL1288(004) November 2014 .1111 +m Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-96 APPS (JANUARY 2,2012) The following vpersfices are attached and made a part of this tract: APPENDIX A City of Renton Standard Details and WSDOT Standard Plans APPENDIX B: Pr evaiing Hourly Miinum Wage Rates Washington Slate Rates Federal Rates rra (AUGUST 6,2012) STANDARD PLANS The State of Washington Standard Plans for Road,Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No.PT 11-036,effective August 6,2012 is made a part of this contract. The Standard Plans are revised as follows: B-10.20 and B10.40 Substitute"step"in lieu of"handhold"on plan C-5 Deleted C-13 Deleted C-13a Deleted C-13b ar Deleted C-13c Deleted C-14a Deleted C-14b Deleted rrti C-14c Deleted C-14d Elk Deleted SW Grady Way Overlay Project Special Provisions Federal Aid No.SIPWr1288(004) November 2014 Provided to Builders Exchange of WA, Inc_For usage Conditions Agreement see www.bxwa.com-Always Verify Scale NMI w SP-97 - C-14e Dekted 0-151 ,r Detcted C-15b rr Deleted C-28.40 Deleted rr C-70.10-00 Elevation,and Barrier Connection Detail, callout for premolded joint filer,revise V4"to 3/8" Note 1, revise t/4"to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07"is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-103' C-75.10-00 "" Elevation,callout for premolded joint filler,revise /4"to 3/8',Note 1,revise l/4 to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "`Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification 414 Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-75.20-00 Elevation,callout for premolded joint filler, revise 1/4"to 3/8",Note 1, revise s"to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-75.30-00 Elevation, and Plan views, callout for premolded joint filler, revise 1/4" to 3/8" ", Note 1, revise 1/4"to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "{Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-80.10-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL,1288(004) November 2014 yrr 'r' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP 98 for Concrete may be substituted for reinforcing steel in accordance with Standard Spec/Icalion 6-103." lir C-8020-00 The Welded Wine Reinforcing Substitution Option Table is deleted. The note, l Substitutions to Welded e Reinforcements shall conform to Standard Specificn ` Wife Sections 6-10 and 9-07"is revised to read:"Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specication 6-103." C-80.30-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "Opfional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification 111"l Sections 6-10 and 9-07"is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-103." C-80-40-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification ars Sections 6-10 and 9-07"is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." Jim D-3 Deleted D-310 Key Note 7, reference to 1130.04(5).06 is revised to 730.05(5) J-1f Deleted J-3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J-6C..." is revised to read:"SEE STANDARD PLAN J-10.10..." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J-9a are revised to J-60.05 (3 instances). rr J-7c Deleted J-12 Deleted irr J-16b Key Note 1, reference to J-16a is revised to J-40.36 J-16c Key Note 1, reference to J-16a is revised to J-40.36 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPULl208(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale ,rr SQ 99 J-50.16 Deleted J-75A0 MOnotube Sign Structure,elevation,callout-EQUIPMENT GROUNDING CONDI, TOR SIZE PER NEC.MINIMUM SIZE#8 Is revised to read;EQUIPMENT GROUNDING CONDUCTOR -SIZE PER NEC minimum size#4 AWG Detau C, callout EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO S I hEL REINFORCING BAR,SIZE PER NEC MIN_SIZE#8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR,SIZE PER NEC minimum si7R#4 AWG ar J-75-45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE#8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR-SIZE PER NEC minimum size#4 AWG Detail 0, callout EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR,SIZE PER NEC.MIN.SIZE#8 Is revised to read: Mil EQUIPMENT GROUNDING CONDUCTOR w CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size#4 AWG K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 The following are the Standard Plan 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 8/7/07 A-30.35-00 10/12/07 A-50.20-01 9/22/09 A-10.20-00 10/5/07 A-40.00-00 8/11/09 A-50.30-00.......11/17/08 A-10.30-00 10/5/07 A-40.10-02 6/2/11 A-50.40-00 11/17/08 "° A-20.10-00 8/31/07 A-40.15-00 8/11/09 A-60.10-01 10/14/09 A-30.10-00 11/8/07 A-4020-01 2/7/12 A-60.20-02 6/2/11 A-30.15-00 11/8/07 A-40.50-01 6/2/11 A-60.30-00 11/8/07 A-30.30-01 6/16/11 A-50.10-00 11/17/08 A-60.40-00 8/31/07 B-5.20-01 6/16/11 B-30.50-01 4/26/12 B-75.20-01 6/10/08 B-5.40-01 6/16/11 B-30.70-03 4/26/12 B-75.50-01 6/10/08 rr B-5.60-01 6/16/11 B-30.80-00 6/8/06 B-75.60-00 6/8/06 B-10.20-01 2/7/12 B-30.90-01 9/20/07 B-80.20-00 6/8/06 B-10.40-00 6/1/06 B-35.20-00 6/8/06 B-80.40-00 6/1/06 SW Grady Way Overlay Project Special Provisions Federal Aid No.SI'PUL•1288(004) November 2014 sot "1' Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-K o ire B-10.60-00.--6/8/06 B-35;10-O0___-_..__618/06 8-1520-01_____2/7/12 8-4020-00......___611/06 B 10-01__._.6111 8 B-15A0-01_.___._2/7112 B-40_40-01_____6/16110 B-1.5..60-O1_._-_ /12 B-45.20-00-._.___-_6/1/061 --611/06 B-20.20-02.-3/16112 8-45..40-00.___-.___611/06 B-3140-03 16/12 B-5020-00______6/1/06 B-85.50-01______ 10/08 B-55.20-00_.__...__611/06 B-90_10-00___6 B-2520-01_.____...3x'15112 B-60.20-00 618/06 B-9020-00.___AM/06 B-25.60-00.___--_6/1106 611,6 8-90.30-00_____..6/8106 B-30.10-01..-._-....4/25/12 B-65.20-01.......-_x/12 B-3020-02.__._..__4/26/12 B-6540-00 6/1/06 B-90.50-00 B-9000 ...618/06 B-3030-01.--_.._..4/26/12 B-7020-00 6/1/06 B-95-20-01.....___._2/3/09 irwt B-30.40-01..._......4/26/1 7 B-70.60-00 6/1/06 8-95.4{1-{10......._..6/8/06 C-1 6116/11 C-6 5/3(1197 C-23.60-02...-__6/21/12 Gia 10/14/09 C-6a. 10/14/09 C.24.10-00......7/12/12 C-lb 6/16/11 C-6c 1/6/00 (25.18-03 7/2/12 C-1 c 5/30/97 C-6d 5/30/97 G2520-05 7/2/12 C-1d 10/31/03 C-6f 7/25/97 C-25.22-04._.___..7/2112 C-2 1/6/00 C-7 6/16/11 (25.26-02-.-.....7/2/12 C-2a 6/21/06 G-7a 6/16/11 C-25.80-02........712/12 C-2b 6/21/06 0-8 2/10/09 (40.14-02 7/2/12 C-2c..................6/21/06 C-8a. 7/25/97 0-40.16-02 7/2/12 C 2d 6/21/06 C-8b 6/27/11 0-40.18-02 7/2/12 C-2e 6/21/06 C-Be 2/21/07 C-70.10-00 4/8/12 C-2f 3/14/97 C-8f 6/30/04 C-75.10-00._......4/8912 as C-2g 7/27/01 C-10 6/3/10 C-75.20-00 4/8/12 C-2h 3/28/97 C-16a 6/3/10 0-75.30-00 4/8112 C-2i 3/28/97 C-16b 6/3/10 G80.10-00 4/8/12 C-2j 6/12/98 C-20.10-00 7/2/12 0-80.20-00 4/8/12 C-2k 7/27/01 0-20.14-02 7/2/12 0-80.30-00 4/8/12 C-2n 7/27/01 0-20.15-01 7/2/12 (80.40-00 4/8/12 C-2o .7/13/01 C-20.18-01 7/2/12 C-80.50-00 4/8/12 C-2p 10/31/03 C-20.19-01...........7/2/12 C-85.10-00 4/8/12 C 3 6/27/11 0-20.40-03 7/2/12 0-85.11-00 4/8/12 C-3a 10/4/05 C-20.42-03 7/2/12 C-85.14-00........6/16/11 C-3b 6/27/11 C-20.45.01 7/2/12 0-85.15-00 6/16/11 C-3c 6/27/11 0-22.14-02 6/16/11 0-85.16-00 6/16/11 C-4b 6/8/06 0-22.16-03 4/18/12 C-85-18-00 6/16/11 C 4e 2/20/03 0-22.40-02 6/16/10 C-85.20-00 6/16/11 C-4f 7/2/12 0-22.45.00 6/16/11 0-90.10-00 7/3/08 0-2.04-00 11/10/05 D-2.48-00 11/10/05 0-3.17-01 5/17/12 D-2.06-01 1/6/09 0-2.64-01 1/6/09 D-4 12/11/98 0-2.08-00 11/10/05 0-2.66-00 11/10/05 0-6 6/19/98 0-2.14-00 11/10/05 0-2.68-00 11/10/05 0-10.10-01 12/2/08 D-2.16 00 11/10/05 0-2.80-00 11/10/05 0-10.15-01 12/2/08 116 SW Grady Way Overlay Project Special Provisions Federal Aid No.STPU1..1288(004) November 2014 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a. SIP"101 0-2.18-00___11/105 D-282-00___11/1005 D-1020-00____7/84)8 D-220.00_.._-___11/10/05 D-2.84-00_11/10005 D-1025-00___-_.7 D-232-010-..___-11/10/05 0-286-00___.._.11/10 D-10.30-00__..-_71808 D-234-01_. 1/6/09 D-2..88-00_._11/11Y05 ___7/8108 D-236-01... 1/6/09 D-292-00___11/10/05 D-10.40-01_._..12/21`08 D-3.09-00_5117/12 D-10.45-01._.._121/2/08 0--2.44-00...__...11110105 0-310-00 6/16110 D-15.10-01_12/2/08 12 0-2.60-00_....._.11/10 0-3.11-01 3/15/12 D-1520-02..-..__6(2/11 ,rr D-2.62-0Xi_.____11/1 0-3.15-01.._ 5117/12 0-15.30-01______12102c/08 0-2.46 _._....1111 0-3.16-01__ 5/17/12 E-1....._._,._.._....__._2/21/07 E-4 . ..____-_8/27/03 Air E-2._._....._....._.._...5/29/98 E-4a__ 8/27/03 F-10.12-02..._-..6/16/11 F-10.62-01 9/05/07 F-40.15-01...__.--6/3/10 F-10.16-00-..__..12/20/06 F-10.64-02....-.-7/3/08 F-40.16-01 _.6/3/10 F-10.18-00.._ 6/27/11 F-30.10-01 6/3/10 F-45.10-01.. 6/21/12 F-10-40-02._-_..-._..6/21/12 F-40.12-01 6/3/10 F-80.10-02 ___3/15/12 .....1/23/07 F-40.14-01 6/3/10 G-10-10-00 9/20/07 G-24.60-01 6/16111 G-70.20-01_...6/27/11 0-20.10-00 9/20/07 G-25.10-03 3/15/12 G-70.30-01 6/27/11 0-22.10-01 7/3/08 G-30.10-01 6/16/11 G-90.10-01.....5111/11 0-24.10-00 11/8/07 G-50.10-00 11/8/07 0-9020-01 6/27/11 0-24.20-01 2/7/12 0-60.10-01 6/27/11 G-90.30-01 6/2/11 G-24.30-01 2/7/12 0-60.20-01 6/27/11 G-90.40-01.....10/14/09 "' G 24.40-02 -)/7/12 G-60.30-01 6/27/11 G-95.10-01 6/2/11 G-24.50-01.....2/7/12 G-70.10-01 6/27/11 0-95.20-02 6/2/11 G-95.30-02 6/2/11 Nos H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-01 2/7/12 H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-01 2/16/12 H-30.10-00-..--.10/12/07 H-60.20-01 7/3/08 H-70.30-02 2/7/12 41111 I-10.10-01 8/11/09 1-30.40-00 10/12/07 1-50.20-00 8/31/07 1-30.10-01 8/11/09 1-40.10-00 9/20/07 1-60.10-00 8/31/07 mr 1-30.15-01 2/7/12 1-40.20-00 9/20/07 1-60.20-00 8/31/07 1-30.20-00 9/20/07 1-50.10-00 9/20/07 1-80.10-01 8/11/09 1-30.30-00 9/20/07 J-3 8/1/97 J-22.15-00 10/14/09 J-40.30-02 5/11/11 J-3b 3/4/05 J-22.16-01 6/3/10 J-40.35-00 3/15/12 J-3c 6/24/02 J-26.10-02 3/15/12 J-40.36-00 6/3/10 „s J-3d 11/5/03 J-26.15-01 5/17/12 J-40.37-00 6/3/10 J-10 7/18/97 J-27.10-00 3/15/12 J-40.38-00 6/16/11 J-10.10-01 5/11/11 J-27.15-00 3/15/12 J-50.10-00 6/3/11 J-10.15-00 7/2/12 J-28.10-01 5/11/11 J-50.11-00 6/3/11 '■' J-15.10-00 5/8/12 J-28.22-00 8/07/07 J-50.12-00 6/3/11 J-15.15-00 6/16/10 J-28.24-00 8/07/07 J-50.15-00 6/3/11 J-16b 2/10/09 J-28.26-01 12/02/08 J-50.20-00 6/3/11 SW Grady Way Overlay Project Special.Provisions Federal Aid No.STPUI.1288(004) November 2014 No Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SP-102 J-16rc__ _ . 2/10109 J-28.30-02....._6027i/11 J-5025-00__.____6 11 J-20_10-01___....7/12/12 J-28-40-01-_..-.10f1 J 00____-_&3/11 Ma 1-20_11-00____7/12112 J-28.42-00_____811:17a1 .160 00_.-_ _.111£/11 1-2015-01_____7/12/12 J-28.45-01______6127/11 J-601300__.__.6116/10 1-201 l_.___1/12/12 1-28-9:11-02....._WW1 I 1-6014-00. _6/16(10 J-2020-01__..-__7/12/12 J-28.60-01__.._.612/11 1-751.10-01..___.5 J-2026-001_x.7/12/12 J-28 70-01__.__.5/!1, 1 1-7520-00 .2/10/0)9 J-21.10-02...6/27/11 1-29.10-00_..__._6/27111 .1-75.30-01 911/11 J-21.15-00__._10/14109 1-29_15-00 _6127/11 J-75.40-00_...-__10/14 9 12116-00_____10/14/(19 J-29.16-00_____._927/11 1-7545.00 10/14/09 J-2117-00____10/14109 J-40-10-02_____.5/11/11 1-90.10-01....._6/27/11 1-21.20-00 10/14/09 J-40-20-01.-.__-5/17/12 1-9020-01.... 6/27/11 K-1020-01.-..._10/12!07 K-26.40-01......10/12/07 K-40.60-00 2/15107 K-1040-04 --2/15/07 K-3020-00.__._.._2/15/07 K-40.80-00___2/1 K-2020-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15107 r lt 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 2/15/07 K-60.40-00---__..2/15/07 K-2220-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-2420-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07iir K-24.40-01---..-10/12/07 K-34-20-00 2/15107 K-8020-00--.._12/20/06 K-24.60-00--._-..--2115/07 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 .2/21/07 K-26.20-00.......-.2/15/07 K-40.40-00 2/15/07 K-80-37-00.....--2/21/07 L-10.10-02 6/21/12 L-40.10-02 6/21/12 L-70.10-01 5/21/08 L-20.10-02 6/21/12 L-40.15-01 6/16/11 L-70.20-01 5/21/08 L-30.10-01 6/16/11 L-40.20-02 6/21/12 M-1.20-02 6/3/11 M-9.60-00 2/10/09 M-40.10-02 5/11/11 M-1.40-02 6/3/11 M-11.10-01 1/30/07 M-40.20-00-..10/12/07 is M-1.60-02 6/3/11 M-15.10-01 2/6/07 M-40.30-00 9/20/07 M-1.80-03 6/3/11 M-17.10-02 7/3/08 M-40.40-00 9/20/07 M-2.20-02 6/3/11 M-20.10-02 6/3/11 M-40.50-00 9/20/07 M-3-10-03 6/3/11 M-20.20-01 1/30/07 M-40.60-00.....-9/20/07 M-3.20-02 6/3/11 M-20.30-02 10/14/09 M-60.10-01 6/3111 M-3.30-03 6/3/11 M-20.40-02 6/3/11 M-60.20-02 6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-65.10-02......5/11/11 M-3.50-02 6/3/11 M-24.20-01 5/31/06 M-80.10-01 6/3/11 M-5.10-02 6/3/11 M-24.40-01 5/31/06 M-80.20-00......6/10/08 M-7.50-01 1/30/07 M-24.50-00 6/16/11 M-80.30-00...-..6/10/08 M-9.50-01 1/30/07 M-24.60-03 5/11/11 END OF DIVISION 9 irt�li SW Grady Way Overlay Project Special Provisions Federal Aid No.STPUL.l288(004) November 2014 S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale >W rr� APPENDIX A: STANDARD PLANS S S S > Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale AM • AIM SEE NOTE 2 SEE NOTE 2 13 r- • ... I fll I 72-- 44—tie—Illmis I �� _I I 3/8" PREMOLOEO JOINT FILLER (TYP) —.0011111111" L A NNA I ii ii Iu�l I CEMENT CONCRETE CURB AND GUTTER ri• 5" 5` s PLAN VIEW FACE OF CENTERLINE OF s CURB .....5—FRAME GRATE an y 6 1/2" 13" 51/2._ 1" (1.08') FRAME AND GRATE-NOT INCL 1/2' R. rMATCH ROADWAY IN CURB ANO GUTTER BID ITEM p • r SLOPE AO p 3' n TOP OF o : 1 I _RECESS ROADWAY n N ���■ • p •p \ 9 C 3i% p ,UseeimmlulmommumilW elil • e " vi/il-111.1111111.111111mii _ - p n • • p • • e o • ADJUSTMENT SECTION-NOT INCLUDED 'e -IN CURB AND GLITTER BID ITEM n p • CATCH BASIN-NOT INCLUDED o • • • IN CURB AND GUTTER BID REM e p 4°.°/°#°°" SECTION A� '� MB GENERAL, NOTES: �� 1- The intent of this design is to facilitate the removal .► ��' ,,,,, of a catch basin with minimal disturbance ...+:�i•�i..' - G'�c' �'6 of the curb. �C Arte • � ... -/fir 2. The expansion joints of the •�w i ra adjacent sidewalk shall ii ` .. i 1 be adjusted to be in I �,'' line with these curb expansion joints. I I i .o . 1 I I J `,. I 150At.E�RlC VIEW .I. .00 o ° CEMENT CONCRETE CURB STD. PLAN — 101.1+ + PUBLIC WORKS INSTALLATION AT PPRO ED: v ��. DEPARTMENT CATCH BASINS �llL�lZ DATE ` „rprovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Veri ycale ra ala EXISTING ASPHALT 2.0 MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) OIL SAWCUT (SEE NOTE 2) • Mit a—_—__ --.�_ —� • . •• • . t - go ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) ,r► (SEE NOTE 1), OVER 6" CRUSHED ROCK tat RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) ar (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES._ .r. 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL 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 FOR CEMENT CONCRETE CURBS. r ,aa STD. PLAN - 103 � PUBLIC WORKS CURB AND GUTTER ;PPRO :0: DEPARTMENT REPLACEMENT DETAILAts J, r/ 61a(Z QATE a rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale KO IA .s au CURB LANE P.-01— LANE LANE CURB LANE AK CENTER CENTER IN IN I LANE LANE , Ali II -1111111111111111 1 Q I IIL 8"(TYP.)-STRIPE ►; ii 6"MIN.(TYP.) --J-----,-, !i -OPEN LANE Au (TYP.) LANE -�I 8"(TYP.)-STRIPE CONCRETE LINE LINE ,121,,,... -... GUTTER _441_:F P at? 3 5 -TIRE J -TIRE TIRE s'---TIRE j TRACKS TRACKS TRACKS TRACKS iiii air * TYPICAL 4-LANE ROADWAY CONFIGURATION AMP * NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. Alt 40 AO AB o~ " STD. PLAN - 127 4.11!)-s- PUBLIC WORKS THERMOPLASTIC/PAINTED BONE 1 � Y• y 6'f DEPARTMENT CROSSWALK �! 2 4s'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale DRAINAGE GRATE .RM GRATE FRAME \\\\\\\\\\\\\\ yM SEDIMENT AND DEBRIS _LI OVERFLOW BYPASS •! b ` . " BELOW INLET GRATE DEVICE a • a FILTERED WATER art A a • A • a s w 40, . > s w D b ' . .. SECTION VIEW DRAINAGE GRATE -RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) .-h 4111/ 111717-11-- �Y rr BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) 401 40. ISOMETRIC VIEW NOTES aet 1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service, 2. The BIGD shall have a built-in high-flow relief system(overflow bypass). air 3. The retrieval system must allow removal of the BIGD without spilling the collected material. air 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). gr STD. PLAN — 218.30 I+ �� PUBLIC WORKS CATCH BASIN FILTER DEPARTMENT MARCH 2008 mProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .,, ,, ,,, "PI A, - . E , —I id.% i . 0 ,,,,e'l - F., Li 2 gs 5 i fSI 1. 8 .a d °41 .% $ ,,i'' ft ILD., i f. it on- - 5i,-.,,,- Pi 11: s. gig$ a _' _ 6� 14z td1 ',, ,. -� of e.° ea iQ i- -.1,...,..........1 1 li 1- # t ,,, k Ilr , .,, 7---, dm so.itst4Ci!::, ' iE .4. 1 1H1 ' . al E ii g -: — ill . .. is. s : .. 1F-1 NO% 2 7 .... ,ril !ifi, , ?z,ii 1 . -, ,..„ 1 , (44 '''''..: 111'7'://'''''''''''''' k i il 1 g1 a tart qg I ' Z ygt A 1 , k I i Z7 S97 1 1 rassisma. I i ..' 1111 1 a l'i ,ic Fe \t i xvW.op `__—_ ' LH 1 1 5E i; li iii i i 4 IMM•litl L_ LL W t __, /'- ZF gppp,, i. s i N 11 ���;;;{{{ XYW.ZL NIW A-L µ t7< ` igio 1 : . It- 0 Z i u=i ` It) R s o N N in �5 ��.. tv ���111 i 2 1 LH ';:', :lijA c—N liro tt 1 %/i/r,.,,... t. tg. 'I" r, III 1111 - 0 i0 i A ? �- ,, U.ovruNoa Sas) S30:1Wl14l43a .o-8 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale _. rAli . x i "Jig1r tjrnt N i I po t Q v. , i > m41jE (y�r,' 1.114' A C Z in . 4111 i 1 I 1 gr — llg ` '4..1..4 0 a L i Z�5 4 ',c G i ----y "� 8gs f i ao o p tit 1- W. 1E — Vr% ~�4` g E t Zg g ', — 1 n Oaf 00 .- sa Z +d L A '` + ---- - - - - 1i a Rots <111) CO 00 h .1.- ----1- 4.. t t 1 AIM 28 di! ;i I '17'''' . , ., , . . t., ,, . „ "-- 2,1 <41) .1X ild , ,rka, II . V i i .rre a x o t343jg x Ati re k tie t I I t, I .. § (0) 1 11 1 <40 _ ____ h . ;,,k 1 ___ li N Li I U ----I- C 400 .. .14„ to 6 ...iii AS ill U AN g O UUU r p x , .. 1401.1.031110 2 g$ I$ . ru , i 2 LIr . p17' IZ 8 a, N2 L j oi o61 g Wwx-iez � w g 1. - kgL 6xI 2.8 0 I gi 1%0, ilumiLg 1 ' :I' , •1::?.=-1!C a iii f '1 .„„Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Q1,^ / 1 g6, tl ti !i cf, iti ars Ili 4� _ ti •+b4, i EzZ a °° x tlpb Si 0117 MS "�l ! ).�� < .7 h ita: 417 �o < $� � • \z OZ J W Wa 0 ii cF o : _om jU vfid., ., �~ E gZ$t � °'is lib- III 8* evard _ pyo Z p cs .... s ill V 115 A SO1 **ii< i iii v� y b WI p/010 11 bl ._ 5 51 S Re l 5 k Ii c' n ?bI1i elnik,. - :di '''.' Till 1 kf. i tt. LI a a 91; ;11 FE AI . - - t t ‘.1 z ., N r; It s a o 0 I 4 i' 111 g4• z •_• ory to Jtit[I8 AO �o 1 _ rill itclf) • _i ea Pt l'- it g ,,, iv 1 ilk ii 1 o r 1 f_...4' —' .tilt w E yl'`;' �� 1.!I r, Aims ci,-...7, • :ill hkatim kit . .... si, II. .:., „,,, was isz. 7,..:. 1 23 ...„....: . \ k 21‘ C" " r _ j i Ih. E _.0_.6.. A� 5 n � M Q O L b f.. r MI 40 i i. o as r-__ti_yr wan=---•---., u_ to —1 Fu p •`t it 4, Eal Le ( 4111114.11P S 4` g ---------- 6Ikv:toa=aid i 6 I al V, AIX E V, AM ,,„„Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CENTER LINES • ® • • • • • • • • • • • • • • • • 4" • 3'i-• • • • • • • • ‘ • • • • • Igo 30' 4" YELLOW TYPE 'I' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' air LINE MARKERS (REEL_) • • ' •• • • • 9' 15' 3 �- 4" YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) TWO-WAY LEFT TURN LANE • • • ® • • • • • • • • • • • • • I • Da 34„ • S . 1 15' -1 • 3� • • • «w 12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS ® • • • • • • • El • • • • • • • • • • • • • • • • • • ® • • • 40. Aso NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH 200' Q.C. wifr SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH --- 300' O.C. CHANNELIZATION MARKERS DETAIL ` .Y ADOPTED �' CITY OF RENTON STANDARD PLANS � j'IO LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H0O1 SP PAGE: HO01 aProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a/r APPROACH LINE die tIII $ I 8818888 1188 8" 3' } 24' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'He' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS cOR err 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE ii i it �' 9' -- 15' !-13t- �- 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'He' LINE MARKERS (REEL.) ea LANE LINE Asi 4" • • • • • • nit 9 15'— 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'lle' LINE MARKERS (REEL.) 41, CHANNELIZATION MAKERS DETAIL 0 ADOPTED CITY OF RENTON •0• STANDARD PLANS 4,N T 0$ LST DATE:04/O4 DATE REVISION BY APPR'D DWG. NAME: H002 SP PAGE:H002 +./Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale _'---,+. ;..a =s ru.-+'" "- ,c*.72;7.. a . n CO Ci a to Iii ow $4 A Z r- 0. W d int a. 114E-1 I r. A 1 um 1•4 Go 4 C4 ic-q - it U t if M 4 gii MOZ • Q` A AN h t tkO w ISIS k _ F.,,-- , ._ . • 4 ''''. 1 ...". )11(1—!1 "".1'''' N s III rr Ar • t !� t jy Ar Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ow QQ tI# m 0 c� rr1 tza A• d: . CI 0.3c, .,‹ a E ta p air4t Gi , pp�� Y AC a *y S t .,.., 0 • A ma • AIN tv W fl m gt CL X e W Qrz l to ' 1. . . . 1:___C5 La tO _11110111111_1_1111i C9 w 11 9' . > • N �r .� ���'9 .s .l 1 b Ce3 U - u, W O P IX OM. 0 3 l o13 ✓ ;t '� : 44° _ gin , H �(�" t WW 41.410 Z t` ;,) a � 3 _ of Q wo ir c< In -- (�. 1:':1) G 1111 101(1.-S/O •l aw I F »4—.S _ .A-,B tr merovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a o • OD 4r 'u - Z Y n a z z3 o st y 0 a El: ez •: p� i S o<'a FQ ../. $ Q 0< .. z £ -(:441,.< 111- .. o _ac 02 �� 02 u 052 g.Q�'• e ' z• r fmom Ji ani `a .7p`jE r x 3:o r c Anna ill rya g iiii 1 f Q6,.. �1 ..r Q 0 tt . UUiikk,, -mwal,A ,0 L All J 0 ta 1111 Cr t U re■■PII _ 1 a 41 la NEN.-ivi -11 lat g0 f E PEI I Ilk .� `••••A lIO r J a t NM 'gin II1Pr 4 AIM air •• Nf�r. . .•ia tip •1111' v•+ Irla.aa. 4 _b N 1111• II'...a.ii arrr_ •a.laau■ aru„a* • AM .aa..i• J,MT ir• *6.I//f Z M..r. ;PA a. v.*1111 v g ,•-,PPM ar••r•.. '•i. W F J • IFIIMS11.101111' n. •\ataar, --i M•! }� r aM• ala�\\11 11 y • M 11 11 ■s .faaF..a.a.11 • W .a::'.. ,/riamma.•.{i�..a.011111a. t 11111 SE AM ww.v Mit.12 J C 0114 VIP:...„ 1111 mor"'_ .0a•wa......ra0a241111...... •ai•� } Orr._ .iii as.:e'i:s� _ ••.au.us.fr ..*Saari •uu CO "44 ■.SeSSaa.rSSnSSa+SS*®P e�7a q.9��iiat iia.' . a a..., AM....- ■. w axe JJ■■ • ...Ark ifaYwi .11YYr y • 141.11 C Ili fia- .ra 11.'.4 .40: f3 •_ i>41Calri< d x a •1;119 . 4R 16 , •"rex/rare..r .... ..-. • 1111...ala.,,. /..-44.—...1 flair r .r M;....sari _r :L.11... S� f „A3rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale s1, t':1 imp` 01 tit *eo O Z w w �� 542 .8 H 411 iw Ra C3 Oo 4.. E-4 gi ale <4 � to A O gli z t a tai A' Q t );i6.-k::: V1/4)111144:- .•::-;:.`-:; :-i ,---.-:1•:" .2..-.-•••••:.:, k '" `'U.;,_- t?- N to 1. • t- d v.W i=► 1MN - Z 0 ii �E =Na C .k 0,9 cs "S„...- kcjA ... =w et..., = \V\ J� ��r coni y 4 CO o cis - a a == w N .r. ti``.S 101111. N NQ 1--rX+ Z 41111101 ,.,..1 g c. 4. � ISI •a...** Q p • z .4 Li- r, I �I. it ...�•• � Z d NWdCWC y-W 0, 1 ittt . {1 �i 4.4° ZI 3 QZXdtsCe � +.4t:: V b a um CXv`1it^ y' .4 ��/ 41 7. Z- aW WQ ���Ir Vit` ` toles o W ti W1-d t f � (� Vf W . Z VI Ci 1 -f�.�... --1111. ` riall1110 - -- �,1 C.> ny�vZNd t` (,1. 1/ , 1 t- .J.) W t-_i 0 d `t` +./ f �� �J w ivWiccit3z'' ` ...//i. �iv\\, X NZWX.X ` o t�QQaL� Y' • / a H>~SFW-r_X ,i. •�., •.. .KC N.ww0W.ZW^7 • iI f. I-trxxaZOWC ii ••1 I d. t•. '.. 1..IfI = - N v - -- rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN. AND IN STRAIGHT LINES AS CEMENT DMRECItW BY THE ENGINEER Ylil REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY / PAVEMENT 3/4"DIA. X 12" LONG DOWEL 1 -1 r ry I EPDXY COATED DOWEL BARS BAR 0 18" ON CENTER 6" MIN. ON ALL FOUR SIDES 6" EXISTING RIGID BASE* �MIN. am12" MIN. 12" t- COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE. lag 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: 411111 Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements 41111Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All 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, P Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD any panel needs to be any panel needs to be and all bus route patched patched *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING asti AND RESTORATION DETAIL `S p ADOPTED G " CITY OF RENTON ♦ aart t STADARD PLANS O I.STNDATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H033 SP PAGE: H033 rovided to Builders Exchange of W , Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale c ti r 1.....-C an**swomenntaaeramorasavorma. A S a.0 WO iiIMIENOMMINIMIHIMIERVJIMIZW1Jia-amp do c ��` oy oma 2 r 1 73 1 d m C c— .m Z Z Ea os li w a SB es= a mil c= m « o '�jQ �ffli Y .rs LA �� ig Z do t IF, t2 SI adV Dy' tC ti A'.l' Z 4 405 ,1,1- 0 mi LL {�. Ibilil 70m @nthAw_ © o J d 1t) to !:ILI 'oo y 'i�q 46 g5 W L . RF m ffLT,q co g€o LL P eap46 J 4; m'.Sl Uc m QNg m 1,4 Qg i < i'Mis gff$ g-m/5 0 m$Eo 0 ` as I 'gv.g o1 I Ei ..... . Eu 4 = 4. o g ma o = oo Sr a t5d o U gg«X m =na d Q0 Enm Eg -EEE, •eo ,om ao cmt p f_= o co F oL o gm" a o� v cc `'Sas -w Allpt-c an 4= «m i om §Om C � O t .q8 m c 5Ua oQ 0-2Y m 1305 Ea. 0 w8q W 0`o a£z{ da we w in cao ��c o ao� o o. O. E ma E 0E �g zcv FP Am aEa� SQ o i gr... �'r' L o,o Unc 02 aw act; a eras ac K5 £ o /� w a m E_Negemo (no my - o �� �n RU .E Oc sta N FEo F.2.2o 0 t arUCC Tens 0 i2 2 r N [7 4 1.6Fm a) - OaIII 6 ` a g~ --___ \ .... mLL .0 t!? 1 ; e , > zasp m W �u 9Frfl,' = W r ,,0. b. : I ' mg fia IiQ. b µµe 2w-- g I-1.1 g Z '_�I n FT 2' 5a iarr g , 1v1 LL W 0. W d C yy o C)� l a < me Q 7 do 77 aa Li 2 IS = K b C7 Om g`r�i=d 03 x :0 o N ao _ m c W� a t c g .r� axil 6° Uco g C9 d m ` D a a\ °11 x 11 b g v b 2 c �[ 111! - \ S d ii mp , W w o OVWE m m!! wm N{ .e t7 Q \ Q o =s y 171 --1 Imam y d o 1\ = Oo m > 5 I a 'an `j' w� u o 1/i a. 1 J O ',.1. Z A u �� W F o 2~ -- 7 } 299'____T:- ` ` J dim Bi b g ayW - '. \ `1 O 1 Wz V N F J o a¢, N ,i! \11 E a / _.� J ? W I �LL i'i N I ut Y j ZU fz 1 '.. Oa "ioi _ 2„ �j QJ z a z ar d • _ i-Fr� C�GI R' U U c f cE:F:II d' d 3 1 a_ 0 i K N m 4 c m U AM zg I 5 W Le.Di 9 m J FS" 6Wo '1 �� a U ..6 J U a - ti 3 ii:>4 a CLL ♦ i o m 0 u mi E bi h N fWJ D Z Z n `m m 2.W tit o 1130011 N1:133 AB NMtlk100 Ill 6 a` C S =C o rooxe.oa..r,.m..mm� C4 �'i a Y _ n> aaonrarxn�r O Of �g E� ,8 sac MIPPIIWIPPIIIIII..300110740.1101111.111M. it vaS _ 411. 18 v are a Ig Zg Eggs,RY #.4 e $g ji g to a� Y O g_k s �' yJQ gc� F z eg .6F $U 8 o E T_ - X40 Od d c {L' W c� 2g a c3• �y2 oY . a ioe p �$= a w ox t ''Q o''1M tea"•`-'�"o` o Zga IL p °` 3h. 1 Eca an t£ $ Ur al py o� o Pd'�. pQ4' �v 0: ao.zei=i oo la ma CI gaff a � csH o�O'�S F i3 < �� r� d Q 111 4 °� «' 8 0p' , S c .E` 9 v' airla Iq arc v z anv =r ow Bg ,Qm cacs e.. n �< ea H 1:g 81 Ili me g: '= Ro o-5 a =—me 2s Foo PIA up trZ mw dB .2-c a 0 U o o 'R E g E -0 w LE a'�'i U-g A tam m"E a2 Sow 'I„E� tiw W nm om v a •0Pi a o o p c @V E a O� g �o uu) 44: O F .Qin$ K sg Ot c AV It.0 ct-e 4 gm U Q f NS p�pEy a� U cpcp 8 4f P D F t p� .'`yrbg 07U U o �. Z W� W R F gg am$ 88 $g g.AI WMz °° moo ❑c �a rnrn a $$e Up 01, i • II r vi c ai tor; m21 1110A:\ z dB 1 o^ g E z =a K C au 0 m mem 0.i �a. �� .. a �utv Z t a �ut w''� � 5 �o ��iz cc a 0 . ` r biU `zK C lb LLttE ti We =w UM Ily4k. t w CL 1.1.1 COW WWW WO V Va m PI 9 UCm ta W t AIM ,n t5 f7 j _ / ww w co cr7 rz0 b i .. 1.1 m 05§ i' g t O �� U< a _ n §3 iiv \ e FAIO 40, 9.8� Z pWpo. , o & "ti was 1 IL ILI re I > W N 6.0Y j pco a U ce Ow. •, „. O �b VC •- U = m b zuvi C LL^Ali ,�jj' o il 5 ti • o � a; ir EyA\1) w.AO bWa M=g ' I W MI W� Y� U J. vz a m$ �a� me.r ;i ouf F a->Z cci ,, I ! s 'DO SO. ' % u opm goo r C Om m ' qz Fo �'i t o _. ('dA.0 to is m f- W K_ V- av t v ~ 5 w t y2 b 2 �' gZ H g°° a LLe H i ZO "/ '�; m m m p Z� t x I bCa rl> ¢¢ap m (W O V k SS gY ' 5C �U1m ga M a YS Wo Q `i �O V F O. a. MO as Si W C Om m W� 41 '� 0 co ilk. ° I\ , tl; Lii,J zu, W-NW U U yA z E iiill , All/ 9, J 5 s a 4 jLEM.iiiii!.. I U bz S� o L_ . UI a. z ' C LL S M CC Z9 d MN M ab tW Y �,� o F Z /.... z O P~ ZNn _ m Lb vial w L°L N S O 5' g4 �Q 0Epg f2 v alO U jz O06u u N m O Kim W W .o O 1130011 N213:3 •A9 NMtli10 h U y o a C Y m CO 2 a 1,1612.1.100i61611.111,0140............ CI Il...L.11011013101410(03. 1. V) 30 s O 32 ON G o.e ! J•i $° 2 yv� �g 0. mm I ° es, o RY t88! OQ, q tri i C 0 MI qq aO O0 Wt .op�e v m ym e' O cu c o 1"1� nrn .... r g MO ® w P. I. 00 1 '�E ESE w .2 E C t f.�-Xo 0 0CC� E fl 1$ a 1e at �t CC,2—v; o 'Ek m p °s 41;3 t.12 ° m m AS c ca =o ' .ev 1 ma.S •8.£�g 2 vo� g N� 14� Z� g v e.1 oa ov$ to � :oc � m W z Q 3 1 -IS 38 4e1-Palm p ica §m Ell; -i2E i fa F 2 P Ig ti .iaestirS ! 2sa_ w E 'kir .2 5 MS Si =P Ems; g3 A., E s$'`s gg 0E= Si a 1�i m da � C' , E9mE . aa.. O Gm al T FP m S Se p _ omy� 0& EoE a m W° .''_ 22.. •a.. o2 E._� { a a 8 uo 0o a.. A6 . 0,Ec mg �o� , m $ al U I ya z flh1iIHHi !iil!jIJll F. f ... t)� • �m w W z .- LV ani .1 ui c i 1 tU ai c• m H 1, Q �1 n m 5ga ^ a IP ' l O ? Ill O. to �w 0 re ` \ r MI DW I ta r2 xmAssol0 co: I; 0 3 CO CO Ow 7H"' b:z t 1 m LL g • at -_ S TO ',r 1 ��` NM.0 .1, o 1 J s 71%%1/44 1c %%g( O re IF MS to liv ` In* c', MI Er ir a ba p bi�' 1iiI\ teem O.Z ea WI ti/ a n3 ct� LLU hUg Ii 111§ 1 W---1 a- Ute W Fd v +�i 1 O ONN All 1 5o H 144 mi Zmi a �' J m IL+ o 8 ao oU W A 17 a z ZZGp Dia_ a w �_ V OK .1 WJi V 4� Wa to >T ar ai =d; x7VMSSOHb t� g rc LL> °9n rz.c ga 3 E cl o Q 'NM.O-,YCi mmD K WyWaa - ilia O a croc ,It; ~vi Q [LI, a °� o z` W 2 H Ona z �, 1 ❑�, O + �a d MO S ; y` ' 3❑ U1y v t Lt_t,f W ] EN cac `O Z J m y❑ Q o g ��` .oe z p N 2 O 3r WW b 'W%0ZlkiF" ` NW) Za>yWcow • Wt m 2 1 N _ U t gXjlot�l __-._____-- O F I Y= Ili I Wm 2F W W YWr tl KV) 44 / --�J 't w 10• M .... aa 8 .0 - h �Zi°LL O W2 �W s '° V -alit Oz 3� '�g c5v1i al- al de zxa mH 'AR aaF o L� 12 WW FF U p N ow + 1 10 WZ W i 1))1 m a LLv ❑ o 1 Y m a 11313011 N213d:AS NMV210 r Q D. am an o i As O h. E o St ` SiviYr,_t. ^p 01 N5 e m K o _ 1^j';go . 0102O. 2 ! Z.t. Ew Y �p *-S% m1�l.Q M w O y • 24 80 O O F� 0 . O �$ O m%q ceg �® BIZ 1413 �mE a • E . to o wm - - - �'=a � O# OD 41) b vI ET Vdl DO ei AO I AiO 6.• Sg$ E .� .. ) t m. .6 cn I91 �s 8 1 o B u 31DN 33S) s►sma tt. $ r �� ao°o-a-.. • Til a w m f i > AO �6 E wo 7 o z Q_ --- --- I. sg� E o CTS F .Q Tn a o a + 4d I; . 0 615 1 m C SrS zp m C Z =0 0 N 2 N j~ a W <t wm l I a $ gon il � o p�8 �Z 1 ITgo W Ce III C mil O } �o F<Z F F 11w pj�Ur CC r a \ \ 1 ma a _cz E 'E 0 zF ga �w j1{�1 � (rc� 15 J11J ! o � 8°W`ho0j_ pLLz.M A 00 W C) hO3zEEn o na Sig 0 t�! r � �£310N 33S) . - '' W I .9t/60l I .9 I ./ - . . - - a • _... W C. • 6 � gt- _--._ - J j► I Ogg J j f I w% W -o z 01 to F I e.'. z y r 1 ° CTC rc>a pwp -o OJ o� QG G!S °jw .Z .4 .9 2 p� o RQ H� Q GD • _ � a - 132 k-vw 212 11 1 J. _ ._� K w E} [§O Or, - 1 j 0 .1 El, LL O I-' hi. W 74 o 1 ,1 am Zxa2 Q$r 1716 t)2 2 t6— . -'551-'5513-u: 0 ig S mg ~mi zz{W jii a a 6=1 t W W MreW < l; r .-- p aiSanw=01a > Ni� £ y t•t < i c I. Z a,71L2'wi ' f f Eg 5Eza &v •t O ! "til $ Vcrqz •BUN 0 I Milli ot sr CI) ' -J i-- t y� a�I���{jj. 9wom¢ O m \ 414 ) 5 o 9U£ I _Q. LL W SZW 3511' C ,.,/ V FW gN Z�; i �. SCJ = o Q� N fi�i% 1 tliNllpllR o Q < _O�yw Rg15a t7 y s g im ci3° eign<. = z y 3 W F1 ZO ZOcr_- 1w1 P logWO < ,*22 O _ $� a U 1Za a I 2fii _, W w i oo� o b w -mean 1•793A :A9 NMV?1CI v V i E' F m W O �.w° N go'. a= ir 1 .. Q �; �+ ` o z rel �ty.EY 1/.4 Vit- a W o tse W ogfff w £ < o .( g - # *r 4i II z ' a : s �� - F �g w_1 Gg3 i fig ca 0 �t 1 d m a £ E . $ s =L"'ow / O'o w 'sx �1 ^ o p' "o` 0 01 m v o e Ipg e r z ¢ +� M 6 d "a a ;, lith ---1 o mmwa � °' e�5. mmm 0 ' s ` ; MO �S E .riE \ IHI tlw 0 'iw�fo min 0 i mG w 1. ,.:'iiia og, < �iSmz 0 C30. Z 3 v 6 awi<v za. J nua?rc OP Z •-I±"a •£0 m I I��zr Ail E a• a ,_ 5 ¢¢,1VOo tem 9 � • .4Lv Na. b OCFEf w O r gsT. 11 X70 4 iv c . o Q oo I •dIMI - �_Iz r11 � �a � ro ��E so a �E§ZcW,c� # v �I _ O a z : . ��••.. mac a >E U us a c as _ V--E i 5 so r / A..N if I i 1 3 In AD z w i� F z 1- /4ei 2 u M m m Z ,f g$o g¢r� w < El = C U \ / • C��. O W ©_��¢ S 2 iD0 o o Q ▪ rZS v a us q al" O �Q // la F- to low it g10� co ~_� O%0 w re atf f 0 MS W O K o > >st- os mr& a cc CO o R M -, a,sa I e s ry oLL tOC, '� a r cV vi o ori , g aTut w z (-)Z E 2 rOc w — S1( °�9 d~ H a r". --. �310N 33S) EV zZ0 V)-J a J .. I etie9t 9 .t `� Oq iE Nmu IR *_ "u' m 6u� £U 000z o0 Zw o`\ .i}-1c'ti- .fr.! t e-t d rC1V3141-11�s-r. -l ' ^ w a U §y ` 1 I _ I %v° d a. I }} ;A L is :wi gP w O_ _ -- — b us Z(t .i' gj O I I • W T'," W z310 339-.B Sftld.H„ y y __..� t.--L-k: - AM z212 t a WN(/J F� wW x0.0-.9=.H. U m a •} q$ OP r7,�$1I J� _� °'$ -alp - ( d O 8y W3 ° C „1 "1 �o 2I .E �.4� .Ot mj �i�, r z <AM 0 4i I = w 1 -9-,L .9 Q- - .. 3 0" .b Ww J w re ft t E m z � 8 0 Om R 1.... t CO ) 5 . < ' . m < z1 PI 1 ` Y I- a s �� w �o ^n rw o 2 V m o o 14 Li m! •of 2J 4 a0 ° _ J J K Wa udw R N >>d <U FVi N W a w o r ld y° 2 gi cnal N ca 2 a o w o• U MOa I gG .9-. ., i} C R • t t`yU_ .� .> W n U (C•i o�j 1 da w �� _} {C ., Iw I< 1 la c O. l'Il ___—J .I�I__1—_Ir'� C� I W K Ov c • a r— r--- r'XNWd as •U z8 K v O �iio y O1 NIW.L ? '� 5 G z� w .S8 0 1130011 Ha3j •AS NMV 10 W iy w y a N oi ilio =�i ix g 2= r �go g 4 0 �iLEY tag F-~ Li 8 a % ° �� p ow r- 4 yId SRN N m 6 s g ., I- z x 7 ru c� pJ f La- s7 LL AS S�q F C ? LL @a x� aci „1. - «a° ,s �Om n 4 s gra L Eg. 1 8 Fp 4. El tily, —' =LIT F zo �°-4 I. Q�p�o ��v m a All L 0,,A l O Z 3 o �W-'� d < r — 3g �°' ( 11) 1- ;I 85 a w 4= — '1< 5 z po 0.2iti ------ i� ".11,.• ' , s1� _- W- .7 N 910 oR 3 ; Wy1 L Ea !j - oa pzo WE;1 Z \//\ n in.6 #zCo W 1.1�� =0a� ' oF7 z. W o� ' F o =ms vw 7coi W L F y: oz ed W K Azim m // z z d Q W O r..-- <r pm °Z Q 88 EL zo 2. �� � m ar h �` Q z A AL I y A B A-s 11.1 AIP .b A .Y . .9-.L (dm) 2113Ni OO I- .2/1.E- .I 1 .7.0.Z IL, ✓- -.� a e -t-- lq- QM T --.- .• I is IO z z b�3 nd ( c7 # .�tJL 4 .E' .6 WI11Z��11 -in OO N /Y p Kee. f L- 11- mZ W ---y` t f Z =d 0 w0 v 7 W a LL i 1- 6. ... S". gr z1' xa a ((ba o Li 7J i�p a : 1 �y • 0 ^ ? m;1 § U E J F AD roZ 11 VFO " .68 -__ rep-, < y 6 o c i z< e — Q E 410 0 � � S� `� a d h a r < N p =F Z F K 'y�Yp a Ov c 0 H ZW Q �2 H # v w ~ 0w � io 0 co 0 ' ,,,R W I o � o W g g : : ai "E _ i a ~ m 2 W W - gOO �```n 10LL e r ° `o GU a,p. .6 U �i 01 o ei �" N 8C 1 w6 32 25 22 0 CC I- In ll3OQll N2f3� AB NMVkJO � Z N .L-.L _...._._. D ami v 11111o a` a awasrivIwavaovrva.awaaaaar d as . swamarrecom otararw•ar�oaa O �` Is _ M 5avrmawa.> N Qa ONIMMISINIII(Mit ant f91 ii .. 1 ae od . J �' Z d iv o E o 0 raa I gg av 82 iii1li; ftbl!i O�.$ Y40E8S fin i421 r� �O W 1_, LL d ILL Q 4i..W li i U. E. 0 % ° ` a ; .. . Z . [V l7 'T In O F O O Imsi zj,.. o S 3 a 3oin 314111 MI Wk ��' `� �` 3L 3 77 toi b^tbn i ,,O a ao a. I b N w .o Z 8 k as i 2.m Qger � bi ;f, _o3_ 0 •C ok2E I re KWoa hi I S W o IU-- ,v, (is i ;; I a •, I I x a 1 5 U co I T i 1 Z .....or {I Z J j 3NY1313IH3A 34 VI J10W3M1 4tu I i /� W as S d. H1t1NA SLL)3NY1 ZIG I 3 b Iba III ° Mil 1 �E.i, . ob L LL . •D F ,�_ � it W +'x I --- coDN • 1� ,. b go r •, SMI S ti L e W l0 Io p r� O� 8 wsL 3 3 a sfb, J K 5 3NY1 3NY1 t, I yr() __ .�nf 1. i W �I W AT aph I(��n Z `.a•IFN WN br.!ba b Ci � 0 :.: 0 --,- illT_ rnEs .w =; I b mO4) 4:-(.: --.C?‹I / *) I z g NO 0 0 tol 1 � 1 opp I i 00 ca 8 \l _....A'1'WI 3Nfi dO1S b ---- roi 3 gL ja JJ � c o • IdAU H101M I`3NYl UL,� E o q K L1) AlS U W K m U ° 113aan Wad AS NMV IO A am0611ro+n®wto..20,0 r 1100.04 0 t- vc a scar NLIA0 aron...a.a... , ± m Oro.w■msw1,or�aura.M/.•. . .'1 3 ,e®s 1.0.46211.."•1”.. 0 4 r .11 a a - `s jr J 0 a O • Z4 0 y m 3 a#1 CO ..!a. < v � 0. : t 3. .,y h": z $ o au rt tl o 6po. n YX_• o 11.. oZ pig I J { 0� a CC CC . �Zz eo `9 v aw d 0gg to = 12 Ili m I,2 N LL a. Ni > O Alb .4L 2 / U- M te O MI t.'1a 0 t.V U OS 11. E MI N U Np N y. W Q' co W aam am 8z 1114 2 g afilla0 I 1- =N W N2 LL a U °m N LL U' z 0.E 2 r= Ll f,.` __ N "a�i g II Ail 2 �11/11�. S • N ki �� a0 • ��� O ui roi m ' ♦1111 0 �. :F111 x.11♦ ' J N {� LL 0 w a a 0 7.1 Ill ell / �1� i 3 '" •1111.. i I is _ " i III o 5 WU CIO k ; Na II ; (9 N W a i ;1 W N 0 111 ww i N 2 8 w1 E r CW111/11_ J 0 y d 40 i , a a� E Rfj LLi i o 8 Ei M a W U U a o U qLL 3 0 0 _ LL N \\\\ N CC O reat 3NIl dal-2x Li! AU Eto v it m 0 113acn NAN3d :AS N Q v tail a CatteiCOMECIONICOCCSCOMOCOOMPOSITO dMOASNIONAVOUNAIONCIMOVINCIOIONOSTOO Q go m 41 O o -' ral I a > COo z r'S'e U II. f- \ § 6" . u3 1L Y `t f 4 ti e ` x f--- E i -5 d ` - n a —� — \ n LL x-- rFtj e44 Z p t V ager fe f '°I' 0-- x�) K �Ol gpi6 od, p ®r 1 t J I m p is 0 < v t f NIII 2 2 i a W z C ? de it 1 g\ $ O a 3 \ci:•4 o, z __D 11 N LL ia. I CO /� j /J '! Z a Q 1 1 .0 \ _ff. g w W ow ill111i 14' 04". •\.....i::, I , ............ oilIN 1 0 NM 3 3 3 I • 3Ntll 3NV1 , en I (WAD ; / ; � Hlonn 3NV1 vL1 i r c9 rr — '– — z 3NV7 'OIH3A 3NV13'OIH3A , ; w4.m et I 6j i$owl t i�G�in C / 1- -K Ol Q W S W-� L b"" 1 'ill u._ • gW n oi', �1 . x x n a =ru 1 m m m . ♦ J CO f• o a 11 co s2 Ns mut 33) UM I Z• m J 40z 31.:0.000.0... F b; U \ NI LL s v� bi W -- -- - ---- a ___ tall 'f l� O pj 's'• ill ioC.4.- -.2 a U ii 1 b a m 314I1 dO1S c W Z 9 S ( 5 0 6 I 3NI1 dOlS I ci Lu m alb 6 § § b ,, Q w a U U 0 C D C) 1130=*Ma 4.8 NMdMO ^� All 0 a .1 l' q : ; ij t i . 7.In 2114ZONOISORIMMEMMODV?MOM 1 3 m rsonstremesa antosamenr=1 ! 1 4 usQus te N IIIJILLII E r a t Sibs v.iw e o Op_IILp !� "4 Fil �' " Y 111 $'4100 411, 2 Pi 1A2 tei P .P.1 I 144 h li 11 ill li gi 11.1 a. il !! agg III 1 i t 2 li ill 7 o E 2 gz LL€ Z •- (V 6 .f 6 m n O m 61 61 (M Z 44/* X III IIS d z- „ 822 RjE n to z iii Riff o 0 d ori 4 a p.i92a E , E C, go9 0 a \ 0 I \te ym to ig lil E " a(7/c1 �aQ6i o°' - 7 4 / -Th ._ imp 11 = ! sem — .�/w wry;1011 ; 4- Ulai " ! ¢ s I ::,,,... .'"' l zN 4 p'� g 4 -- .----'---;„,-- ill lir , i\ ,, ,,---- , 4,e/A. t-, - ,, , ,, , . . -. �_, 81 o 4/ ,.. � 'ms's S TJ n J z W Q' J i < z i. , s W W iY AIN 'S ll . 11 0 ifi N AO El o I e mamma YN313 :AS NMYtlO Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale >-@f surmmoanr.o,.ao.m Nr 9 § Z ..ray.oat aa,ISOSKI s MMIII Mg $ O nNImeaaoomawRwa,aae,1011 0 nr t„ 8 f ��t�R tgg�lQ ry� E III Y _ 6 . Al Ei oiv 4 3 ■ nO g § a,;n.. x o o < d � � .0 i i i orz oo �� � � 3 tel- � ft E $ le °Z q pAri * i f -rg , ' 1 1 N 41111 E. ii I i i Ail 101 iior § § , i : 141> 2111 ‘ \/7111> ga z It 4111 . \ ` a a aif' ' a a a a \, g -a--- imam NIVW ictus NlVll _ �L err _r aa�i�\\�.�` a -1 i All x E I A z g 1 44.1 s E E = 8 i i P el i i 'in ! al a 1 el VIZ I O m i I I ` g W z o 11 g $g yF W 1 1 air a z 1 1/ 1 11 ii a r o NI3LSNtlaS YN313 =A9 NMVLIO *'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I f I i 5 1 LL1II S w z O ! I!IIflj li �w ill i w 00u.z e A. .A 2.f 4 e ; .13 iig le i i . . IPmis E f 1 a LL2 b Z r lV a) ..4, id m r: t a xx o SI •I \ 1 1 a ss AS I , •1411 a r Si X El w 1 1 k [ iiic( 1> 1- I t„, a Am o 1 I r 7o x ig i g i & ° ✓ _8 _S Rig 8 eo AS i 78 ii 0- o dggj 11 1 me Y m EAO i qId a i 11. 1 ! 11 --1 D-...--- . w ' 1 Z N J v g R v i 8 S a n• 8R a. � a lj . AS W 8 '� v Q1 1 i -- IL C� a , = S =u. • 19 8 tk 8 g I a .' v Q J o 7, - 2s: WZ mot 4 G :I . ! E. g cj 1... m R I a Z MA Z S iigt Nt3LSN(M8 10,1313 4.8 NMY O OProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ci r g >a1Y 11WIRI�iNApee%maw g I eYell��ilileiitli F �. g 3 s c - OMIIaa areueemanwMI it a 0 -reroYr�.irerwravei*MI gr Vt. wig � t o A VI Lull . € us ,. « * Rutz .; ' )-tat 1 � iii i $ 1 a vo N- z _ AZ li IS/ or i g 1m u. lir ill P 1 i f ti es .1 i i, g,, a i R e 3 IT 2 in $ Ij g ;, I" 4e .le1;1 1 1 11 11 I lig qg w 00 C i5. is , I 14 SE MI if. gl § 1 g 1; i mob 1 W d§ W $ va Se Snit !to z c=ti� gr Z •- N epi C Iti eG g as 2 i m g pp 6 003 111 ' C1 $ L tt ' if g �F AIzlir s < 0 iI V\ \SX) 03 o aR 6 ,Pg ( 77 \+ , as E mu' g /wit\ + „. 7.‘,. . ,y) i. , / ' i ik `a i I 118 11 1 0 N 1.g. 4 (/0„,/, \,), , ,, //y }7 § 1 i Y V13E .3n Q W N a lE �o C% e. ��ff OJ / Z E6 0 0 \ , / W `1 2'1 g1; O r 0rtoi 121 ,.:§<1/\ ;_a_IW,T. , , ii %dm \ - �,do e \ / '''' / \ \ 4 E 1 1 I 1 g'. am '' i/1 / i \ 4 /,"/ 47 1E, 4/ \ g m § am \ \Eg4 4 a Sys N91SN0303 YN313 42 NMVlW asProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i O Ca 7m..,n...�:.a.av.u.ar In g MS -Tim . i Z •i W� F $ g )-< `1 * yr°y 2. 2a " k -, s 812 iii OO `� is oiii < 0= E i 02E i AM EE V 11; it LL C., g jell 11 tg i il i g. dis jli .. zo 1 1 f i .- a vi <Vig rg it u3 03 f MO I;S A 1E' 1 a ' MI a fla iI, E i01 8 8 8 d = AO " w W U Et al. G 1 1 SRR o !! fl z a Az z ry 1 W g x4z I If' AZ b4 E rr T R la § § r 8aa i W r 31 tt W R F. IB8 ' D. as F A F. r: 1e.. w I . - o ' 1 V O !6 I / I ` g2 8 ro i. 10s $ Z MNI ir 0 + . : mg a . . . . . . ,. . ,y ..: MI N1aLSNn a�13 =A8�� :A: provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ::::7 a 4 1 O II c G .14===...........,, epttip mrma.s rye,,mow i n -el Iv ! 2 1 1 1 li g I 1 3 ii: a OA `?8¢- o S `N. P t >n 11 1111 Pl -16 ulzifg- 'Lt p� Ai a Ai r s g i it Or O zsl � Y ON E �I 0 �, titie r 111 ' IA 1E 1 id ig LLz • Pill 7 is e U N �i SO 2p [V Hf et 10 O 1.4 aD - © ###§ i VIII � $ $ iliiN _ 1 l ,.ego ' ,aBVg ( s3 �� a 1 ii 1\j/4/10!4, 2; = 8iilfA it1 a_`Sl Mr qyp W ng Q. x O w °� �z 1 ii k 2222 a Q g u W gt - Iw �� my mI1 V� ., -1 Cis 1 r 11g d 2 g g ' 1 E _Itis j g'2 gait ofQ \ �:$ g aril g � O ■ w z I rc Z g V S SN, h .AO i(((yyyK p J tL r, 0: n NN 2 N61�Za pi i F R 5; P- 14 p =Al S Ai R p p a s' 5 2 5' I 1- g V° a 0 7 Ai ,,, ,.1., n ', 1 g I R Z p - M z m I 1 �b a i lk :_, T, t... E !, a v g rCA a . . Z t� Zi p a J p L 1p I E 03 MA II � * YAO Rfx 77\ w ii D . a jiII �,g IIyq8�!› 5 2g . R -' g Fi i X 3 Z M tay F § I) 9 "°r Q a swag 2 11 lb t 1:E-1. I NaLSa9 313 NMY 10 - - V Nn0 =A8 ®'2Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ._ il g3 $ co �mesmte......awe Q A S. missaWsommax monl 111 I= eat ila Ili Oa ..,m ac., dNN.� y oco Zi cal 1., '4 1‘;> - 0 IS i 1IV 93a ©12 riM in ) IUJ w 5g� �� 0z al q • las nil; i 2 il g P 41 m ds illitgiisi o Z - 4..4 P7 'C e0 a n m AN Qer i g W V x ` 3 � ' 'f I 1 W E 4 • I rw C 'iS i.,- I g 1 /\\\ = pq < lgi I 1 il't g e l � � a a us 5 2s s uIfl s I1 EP E. 1 /2 li ,„/x g [W7 a . .. 0 II 2- Ud al • kR § 01 i °o i e 26 a. I- n r us §g $ i sl o m i° \ E5 a we ; I° 3g - R 8 8 c k V A R t i `N An 2 m g .14- 13 N ° EW ° E1 3 - _ - = sig 0 as t O i �� g ° el m g R li,-,0 w ; \ :° i i p7 LL F ° W a— O se E f IL 2 . p Y � y m � li . , 11 0 ,, y IwWo g = a ‘ib ik J `-- r NIaLSWIN9 YN313 =AB NMVtlO Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Immo • p ` OMB EE g M }`'3 0 ��,...na.aeiraor.1 ).00 azaaaapaamsama.doo.mass! 2 a i 3 k OS ri Qrnnvvrrs as t, F d� II OA 44 e o°s 1 1.11 I ff i I I 1 011 i 1_iiS :5id 11 rt 1- IL Z IPS - liJIIflbiibIfi 1 41 I i lig JEw at r= t vS 1 2 Z fV .7 4 b m IA m dr a I am1//--,„ y-\ op ,,‘ / / 1... \ ,..\\ i \ / \ / X OM 110t I 1 ° r e 1 � 1Z -; X ' X X a tt d ■ O - gyp._.-. ___- ----1- _ O \K \� ; I O Hh p °° ! Zdiv I v vg■ v s v`v_, J. ! Z I .- .,. -< -.zap ., dill N CI N d d 141 WW i 1m g 1 J fa __-:g 11- 1- gill � rW!W, QLd K2N ig I O 111 / ' g:i ! i� a40 2fl 1 � - 21 ry LL s6 INN I 01 $ ' § 0 0 3 0 z n ` 8 Z �� VII IB B g 8 $ � i < ii 8 8 no LL '� Rp F t e� Z _.._______ — 1. I i 11 1 Ns m 8 R d: 3 3 W 1 ._.._._. tl _ F. iB , g ,iLL n z �' o 4g R It�y Z t . . 0 wi id -§ Pill d i ` § 1111 ini S 0 i 1 1 I '' h ° Q MN C tl l ria — NI3LSN(Th9 VN38:A9 NMVtfQ +Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www.bxwa.com-Always Verify Scale E >.a aar.°.a°�.ws..su.—f s S 06 `'III 10 z -..•.�. ._011 let d I o IT aa, 1 c� 11111 t % t", vet C CO 1!1; Ill 1 f .1 1.„, 0:,..\\,,,s_r. y4., ,,,,,„ R__ lir, i it.gillig0 h g= %4* re ='� 112 ZY � � °Z "° 1 • g U t B� 7 i 1 iiAt E it II ;Nil z .- ci vi a pi o w °6 am a aN a� 411 «; « 41 � 4 1111: N s1. 1 I - Yj xx + " lii sS c --I a a x 8 18gj R 1 c 1 a: 4 • o 0 8 f i` N tV 1 Q a x I 0 Ci p a _ a — a me m Et V Ili z<• x q !g O . . . .11 v . iZ .. S DDD o Q ti ♦ 1 N /ii SSV 8 ' V E ♦ ww w E 2 V V V I 0♦ e a E. 66 es m � g o _ ti V '# 3 d 11 8 8 8 a LL QQ zz g i Z $ A A 3S W m' ( °1 Or --- ° J 8 . - re sg—. te d _re g c gi sisRR 1 1 E ° CR 8 V A O a ° ~ z dm a N 4 p 7 ) 1 ° z ,ke � v Z -11 RVR w $ 'a' I <>, A.. H."'NIW zp Z 0-5 $ ‘ \ ''i . u� C� 1. I= — w CO W 1 Ail V a W 4 U�1 1 g pi \ p �\ FZO 'iSj14 6 F ♦ \ E ild : v 1 i i ..4 mil 1, . . of § F, ti iiiif w 8 1 < ! 1 i 1 i g i li -i- 0 NM Lo fag igrIt 2 0 r m ♦ I 1 a U c F 1 1 I AO a WR' 111 1 am o UO e N(3L&1l1ila YN313 =A8 NMYYO.J 1 i ___k_ ..-.__ a*Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ›.CO ZMIMMIDIMII/MOILWOVIICIIIMM 1 I al °0 IX 4 _ d m i 4 A It i g 1 oziof- F .t :i .a e . ii K WZ _.. .0., w.. 1- e @ ., i G oeo < n i1r1.7 nY < �Z a e . o 11.11 !I a: 410 1131 i li je g _ X.15 z ao ilisnevg 121 1 i5 IM nm MO 8 ,: 61 q t, a mu .0 1$ 1111 LIit Aqg ODV S Jtu Ai 1 ,\ i t , !I 1\, !,/,/-\ 40 - !a =MEM/ \_,/ `-, E xy9 w q \ \ q d d 4 ie fV gH ........... ..s-.---____ .. ,...... _ ..........--. ...�..:,-__. r-m.,.. �. - .o. .— q q q q / —� ..=.tea a z p 1 X � ig MSI day 9$ W O fG#14\ r 0 a1 R 0 1 R « « «to 0 p_ 1VN4« « 8 ge .• i $ 1 10 , 1 § § 1 i1 i 1 a. ii. g 0 82 2 R1$ r z gr VII _1 p r it 1 , REAO MN 01 N IR 6 .P tu iii I " .c lit g 0. Pi 1 will .c > Wilik 1— :R .11 F.Ta : ,_$E e R R gill '' 9 = 0 1 :1 1 il Ig „, ,,, ,. co k— z II Hi isz I— z i. ! ii 11 4 i ;:i ° 1 ; 11ilii : g o � g =W rig )3y le � R mis Nf umfte YN313 :&J NMYLIO rerovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale tit, srmaa■as.,l Q --AINIIMMIY IELIMWMINCIMMINIMMIGI i 0_ 0 a �w e+w■—ire ao N s k. W� W� 1. Y » s (��t 4� o ost ��y 1�.; i s r ° 7 V 6W IS 00 s - N-. LZ' g OFd i 5 p 1 a g 4 . A R /`\ armai e 1 f Jami C�pZ�e d I= az z \ t , ` o $041 AI"WI _ 0 Y ' 1 11 )---- - i i � oo F • LLz a aI88x , x a , c $ lig g VE tv if I s o - g �= 1 — -- Rinci Niki a .e a 2 t iii ! L .1 I] R o ° Se an ix 2 W g E __a. 1_.. - [ E { .c r Si i ill 1 1 —u- D ,1Q : 2 WW \V\ 2 L w .„ ! -91 - - 11! 2§ L N 1 iiii 1 a :g .1 v,1 . I \ 4j it MIN Of it i e L ° " a � LL gyp■ _ 2 imi i i i . ra °° °.11 °f s 8 I a s R l z i i R s Uo ° i x 2 / 161 El i • 1 .., gN is n til °! g p. Ag .. i i 1 i " " 0 6 4 N-§-34 0 0 1 ZS ° me _ , , / 2 (.4.), r.• .w 6 s i \ tg li . \/ LU , otl N tu 4 g a I l'il i \ .1 — 331 1 v 0 i gil 6.' U 9l W 8 ' o , i Wtb l l [' x _ tRE al I - tit .Jll D 334 Zg 6 h - L/svcd ua o � MN a 1i rri ,,, gN1 §. 0 V al r- 111 § 12 N918Nntlg YN373 =A8 NNYWO •w'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale >-CO ameronammairwur ammo 110 135 4001011.0000•&7001110210/101M1001 111). ,4.) 01r galm A a a L —1 — ' Utz 00 til I Et z 1 u 1 2 3 illi a. g E IIIx d'F ifr ''\ `7y--1 i P clre° *4...11.1 . 4'4 .5 z -i ILL N . . �. 1 og 9" i • MI z 1 j a a < 2iie ��alax 1 11 ars -a x I g elli 1 • i ° 9! itil all 1* g 3 3 te-g_ 2 • le gi'v¢ kkl a ...:e O VI iG N A - 1° l' ' � S g z • 24 B SC --i------- ° • 8 a >k W m. _ { 42 6 L • g _ i , c� iii q i 3 e_.__ o V ill JAI b� B 3 Ali 1711 I th #1 > �� W W \ . ; ga o A 11211 li - p g / �ill it i '''''S E��\ z cq vi e, xiiii it 1 Ot 1 1 a r0 ' ill ! ai - " illi :- in W oo ! ill / li N C ►► ° J '6' K W C _-......_ .�.__ 18... ilii 4 Z W •• eta i ( 5 ae Ing i 1 I� 1 eLi_ li as OC. g i Y-.- a d 1 1100. i .. DI M � 1 v_ g 1 �� i ,� ol � . no _�III � 4 1 11 1 " _il i i : 1E '12 . 8w • Wgy 2, Egit ti Ild 2 rIE. 11 [c'i „mod N1316NIk18 VN313 Al NMY2lQ *'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale all -9 2Psurtamoorrafrostarraromsurm ualeamsumwmamma C n ` Z b i1�1 /1�11JM1a'Y iii !!i air ."- i1it 8aS i i I ! g f . g 6 iii pli 2 1 i i I pis it; l_s ,--1.,s,,; „ it.-,. ..;; e.i5 •- R .e I E hi V P it t n ��?p�,` 4b`'� a 14g}� o 1111 ish u. : 2 0 0 ma Ai ihi1111 £ .E m Z g <_ $fi _ a 8 15 s S x ll_ ' 1g '6g8 it .s ii t li 1 21 � o .5 3_ u iS d ua a M .r ui m to a P _ii N 2 V V I Az 1X a m VU J I s a a a as N i' 5 w g $ 2 $ to N it N M it a. l § t § ill K Jill il I- 4, _ iiiiiiI 0 1- Z o s ili i it i es 4. si Li:a U li r I il a , e allH - .e Ri n r - X n . .., . , 111 ' • dat 13. qs Ant x x f x x o�, a q _....----N—.....-14 ° a a a a m 1 l . r o} rr x -- x -. x --- x -1 ,. D x 75.. 400 1 . 1 MI to Oa 'ii ° n3 e NM Ill V '`� - � - w ix : 2 g 1 Nil ! 10 a 3 W , e 1 I i 0.i. ___, m2 W 1 ar pf ' bill 5Zt z I - ia1 .._, e N9LSNfl 8 YN313 AB NMY210 +4Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t g _E .a+ro.±®ar xmrvrr7 g ig I alit de 1 g a gJ•11130711.1•111•11WIMISIMIMEL MON.��'a...nac ann..n.e.csrro ■ v o }_ q��`$R i�g¢l� 6 3if I a_ s 40 it E C f a ze E-.I itti, ie. ...., r„- 2_k 1 r R ,... iii ! it f - 1 wz "; „.. ., , in 8 s 1 rr: oily g S II _ E 2 l4a1"9 igkI R 0 .0 El1111 1 I E ! aI� _ M E o Ali a am § ,E inn 9 1, W A iQQpp $ / . It f.. rg2E �u a i lift 112 if i 1 h ! UO� 4 iil __ tilt W a O O w ,11 y D0 J t ili a a G3 z °' a 8 cl 0 D as Itl I 43;i -f- _ZS i O : 5 is W a d g RR pt K` al ' a M1p x Mt z • II i iis Ki — [i]9 i1 X X X` X � it_Y_N'� �a a a a tin D 48'. ...741. '" ea D� ar — - — _ x -ADM H ' P° f i K , .z • D it BE .r S S igg 1 + r4 Ro 0/ CD g . I 0 0 ° I' a a rt CO * § a 1!.-tW a Itu �� a g 0 $ ; " i M +rill I * lox g m 2 0 W * A it N o 0 a l g = S K'i '�'i O Z .74 8N it IEt : i illW a S S V p LL d 8 V 0 9 Q__.' / fbi m I ~ X / d 1 61 i iio 6 k .0 r 0 41' 0 ._, . i i g ill f vij ;1 11 N131SN(IMB YN313 :AB NMY>:IO asProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale C = r �IIC == 11dYY�f U J e.0 V. ts. o007 F.. , g . . eIitlilili Q .- i E & chug I II 112.11111 111 t iiia t I Gill g./,,S i!2 ZE si a e f%S2 E III ti pi ii i! i!iiill : Pi t2f!* iff . 1 !I Ai i Ili ,ti MI ,7' o —2 11 og ili 1 ',1 I , s a 0 / AM 1 N / d q q — 101 0 e oL\k\ N. e i i � .001 —.1— ___,..._ 011q a /41Q / x " _ :I] iN/ f 4 1 MI E___ a W Q 12111 Z 1. ■ R g R o 4 3 Ci 8 8 g J S' a - i' t w 5 -6 m W c u, y z it R $ i8 s MI y ll g 11/ w 8-e' W ti I i 0. N < Z F W 1 i 1 iq € RSR a {fit e tc. i la i i R E 3 ii a NI3LSNTh0%N310:AB NMVVO m rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale j 5` W omrfasmodear meow ow1 § z 5 mannearoaa.arrierffeasswars.an 1 ,,,, 0. I jilt I ! gi A 111 ix s i q mV Jill s c , ,^6 4 voy ..MI 2 ilia 0 g 11 et wz ..., ,itb, 2:-.. -c 5 2/403 It E * I %43 V r iite oSii r _t 0 �p�x t�°!� W Z a € 3 gis it ifil f !$ q PSi 8 a As il � I il ill sg al llfi11itihht it a a 17\ 2 r ,..46 a W m r w 1181, yrr Lz__ E § '\,\5 Y / \\I t i \,\:— „\7:1.g 1 . . x - 1 E , , ,,i , Tzs , V :'tTi 004 --a a a a in --..----- Ikkli714 ° ° ° NI - KK NM -.__X .« .x:.. l gV\ 1 v\.1 1 15 w 8 g g 2111 E . 5 has:7 a . z x iS .. d z r� r ��QQ uu�� y m Z p t = Qe� iG .U�A W F 2 r w , n t 1 T. piF0113 5 1 rrr �( ai pg �{� o VRiR is o #.- riW i Ili i 1 Ki . . 01 w .,-,. ik a 1-j a : I F. 41.! . a MI Nf3LSNMIS W313 :AEI NMV110 isirovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2 s >-,la aewron....rwrxer ' w g „a --------7.-7—'/:' �i itw +are'lr11avaaamar . n '1. W� >•rrss�0s ash � � F !v.. w�' 40 444. z vi R. 81 � v��y OV Y s Aut1 1; ov1LL F 4 �a� P gj gS tci. Zi4 E- 4 .r,b 4\ nt ,a 0. ! p §, ,2 _1ck,A00 l69ea J $i P s1 g 00 y f15/1% Z; E Y te 1 !42.- ii !If gt . -fig, f8 W ...z2 Ale 40 a.//27E \ i i.-7\ - Y'\, 2;*/) ., r, , 0 ,,- 1 ci 114/ \ :t I NtN. (c y Di d d d .. de J a a ! w / 1 a a a °as a a ......:1E,'- �� a a. ---,---] 441 M pV_X_ _ti. - LI i/N ii ® L‘11 --- x r. ,--. 11 zit e"----. 1EV a AM W Iii $ g sill iiiJ n 5 r i di 0 li rg 53 P. 8 0 ,p S,R 4 11{YYy a E1 1N 11 §Dxc `E N J a s 1 1 R RI s 4 j a f) I N3LSNnaBYN313 =AB NMVaa +rt'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .216114191/11211.0i �W +aw�rssnl dB £ is S 4 1,,,.. �au� t�oaimwauimr�' 1 A sire $o Ii a 1 =FLT2W 1,R \+.4. o 001vil o v a DI liz. w z tsa yQ r O < �j yam ms R az es is E 1 p it i 11 i ‹ 4 A 3 . 40 20 s_ ill oust u.z w a ao SZ di L. a -ill Pi is o e F 2ii i5 11 d a Li ffi r I Q\ 111Wi i a t 1 \\.,_//12111\,, 1 El . - . am I iS ® a I--- x 1 x -I x — 1 Di b Di Di a al _ \\\ o AOa it ..'---7,7---7 --1:_=-1-- -'1::— - e .: Wiz.:.. _ �, <,n n — e iii n� t a o e s o .a—a:..a a q �t�..z� -- Al Ki a il i T a "_ ---'�',---- I i T-- af)X � X x l �-"�9� Ill ag ig 4, ----- sz 1 /\\N arlr ScV d J� Q ' 1 1 11 1 a a j M W iMI A as n g - o a. 8 g 8F � gy � sQ a : in 533 8 t8 : v i'iR < 2k' 882 ma a � 8 Z i n A N t f- 6 I- 2 0+ a 8 0 Di g_ g▪ 8 8!i8 F. c g R R d : t2 glgcs gly 1~ Z J i i !ill 11 ! 1.. . 2 or:: st ill 1 Z ° Zil t19 s NBLSNnaa 1031313 .AB NMV1!0 < I G� a rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ›.fa 91111101MINEIMMINIVMAILVII leffl90.1 ars p 0 �. �.V at a 2 e maw ii: r =r o Otic 4t .:5 4 �~ PaIoo tif: C) a9s sa la O g & Ian l \•� 1a- 1H tl KF ; x c a 0U.0 leIta i * s t\tifYll a R{1 13-II 0 0- I ...\\,,,,\\.!- i P \.__ A II A Q all �.__�ft r ''4 '° C j l Ina" i1j — =K lit i its � = s ;1111 s d. __a ' 1 ' - A 111-1 1 1 iii1 ai LL til 1 ' a. a 11 am T_ 0 1H -010, 011011 [11 111111111 mo tal , (-- ill 1 g' c A 1 iI - c 3 I 1 Milk N, illi I N 11111 ii ii - ------- lr1 III c► [ ig a a * \g\ I J ® � 4rag AO 1 Z m.,=, _II I I I m — r g 11 11 b 1 I 11 ` 1 m 4 / rn Mb =Elm 131 1=i=X11 — 111 — r 1 1 1 a ' i � J - N 111 g as i co all ia II ti NI31SNfri1H VN313 All NMVL1a -.. .._-�----�+�--- - - - sprovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -6 __ a-an .m................,....,. 40 i2' d Z i t Z. ..... o.. ....... ft-iii I P 0 0 in ge 1ti, ma lifil 2.: E Ek s iEi it <e m Z= g a lifBi 412 1 11 FL 1-- 0 0 „0. :2fl .: ii11ii: o �� i LL I a � � z lV cd 43\r___ legs \� iti«i « 4( xi 4., , g r P- V5 1 ; \ 9 i__a . i 03 0 € = _ F u I _F. . is 3 « t \ ' E f5 IAI m I at $ yy 0 y - 43 II 2 II p , I,.mE a 1111 : • * p ,i air n v 44 0 Ili i 11 . �< L ._. Hill P6 S i o o r.. - p4 I � � ° rg8 � m I 8$19. tig 8 § § § N Li I! g g WI `_ $ 1i ao RR a � $ u _ <;>— �� -I 3 11 Cit a1 • z a ,r a . . alb o 4. 1 i Ilii --- _______, di w i 1 ,.. 1 tL jO m1 r c511 11 hi - - III41.1 IL 1 o E ,/ All E O DI 'i it NaisNnas tnu113 Aa aravaa .lr'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale V W r r/ �md�N1mI��1 Y 11. li iz s as Ii a n2 o� i��p toa __ p o S? 1h111 i Ii .r aa i 2 I asi ` 1 m 14 00 z 0 0 00 i t g E ig g s €1 Q Y u.z a 51 g s A 3i r • W Afit I gi I O ii mi. -• g es El a 11 !q i vi a '.51> re` 3 —7- j\i- — g ° r 0 e4 ei Ni rci515 gm iI 1 i e S I O 8 � I .5 im ; 22 § $ § 5 z i $ $ I lin I <>1 z n ENNR d r_ 1 A, S OS —i- - v 6wfC 0. . W I -i rf m 0 Z t in a x5. N __-_ _-_.— 2 Z W O i ¢¢ e S v � or F Z � moi$F }ugh, < $`'g r = Em w V x { OW II_..,_.__( I \. m •6 x § NI 117 W 1 V II _ a. a. to * § 1 g 1i1 g • S p }4{ te = LL E a ik * i F 1g8 11 0 EN 1 , t I oe NI31SNfla9 YN313 :AB NMVS0 die rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale _ ti ri - --sumer oc�rl U £S £3 i J 4.17:0114414148141/414 to 5 c co '%l 1444.<, i1I ! 1j in igi 0 6 f< p g t i0 441411411.1141/44044 4441/4011104441444/4•11 ii ri ll — € ' gg z e =SS .. _ C F } vH 4- -e t.IN i iO t Za E. 'ii{-4h. n�8 o g' ex. tia 00 , k Y E.t. z s r u.zco ii• ii t LI 2 a° !12 Ph og qil til I e; Illi I I 4 1,1 ri A LL Iii i 4F. § It- Ili! 1 II- pgm F IQ st_ 2 ci ai I —i If 1 I all 1 1 le 4 I — =Nur bt --R-- .. i A 8 0 ---- 7.1 [ 0 G9 % a ig -F I.. d --_ — < 28RthA -- ---- < o RR o 2 R BzB 0 :' 7 z - _ 2 w AB i ik ;o 0 0 z1. %€� A x .. Iie sz,_ e g x II _ Y $ � 111 1 ii i1 § I1g a i 1 ;1 F 11 jA � o � K2K2& 1 0 I 2 A § W 1aLL 2 ° o adi Z ° 0 ii . ik o tiaLsNrive VPZEI ABNM ,,.'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ,. d j Lw CO onm1MIMME�o.MAMI �I h h$ . • 05 _.MINIMM. .�..tatIMINUWIIIMISK . Iii0 IF. tio g E Er 6 � 3 ';'i ii Illi inz .4 vel _a!,-... .. g ix CI b g * iii II i : - Sz lag I— a a 8 W1 a ii li I 1642 f- A ..5. ail ... IllfhhJi fV P7 f Ili m AMI d i ///\ i MI + N a I V I n alli #i.E ^ 5 • / s NI i i . 1 k_4( i ass 4: I4" M 1 w. MI — a `i IP ` sk\ I za to g § 05C =lamp o 'i i,i I 3 C , W r2C. K F F in 5W W _ _ ___. __._Is . __.._... _.__ ____L. a z J U t AO i g 11 12 2 E r w.i 1 i bcc .ig g a 6.AM I NIRLSWItitil YN313 AS NMYNC ANDrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Ii IIIJi s +r1W Z QO `44, aPs -, .N i fi ill u se ark 8g 1.1 11 rii 4E, hs Z M M I A \NN AM N\1\\ taill I MI \\%tel Alli x All sw a E E. b F Q- (/ 31,9 mi• - T = i i IS A M a a ! W i4 rillt N a. Z tI 1 lE a< B Allte T 7 w lig g 11 i 1 i ii fIS1 P iis ilia i PD AI mamma v 4313:Aa NMV110 Arr'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale di aasevosammloamaams.val ,di I la I z Y0oicg g .................,. a 1 1 .„1,. 1 1 ig , W �..R iag¢ o ii ! ! ..- . *ar f i v‹ 4:�Z 111 El I ,fy oyi ti. - s 3 el I 9 <= %.4 10AS t f, 9 it 1 - I JIii .. fl !IIilht o Li Z N ai v li 11 ' s a21 OP d= Q 10t6t .e .ii — — f t/� 4� a. ii !� ffi 44, 1 iit Pi MI � Ii> ; , j) \ ' ooeo ct a b b b b b 4111 Lia 81r5 E 415 ) ig , . azo g! U F 5O .. :AllikIKi1 Nei \ '., ,! IXZi ,.. ,a s fre W g Ai11 i N Y ` s gag am N 1 I INi.,------ ( . '0 4101'--- ._ ' W 4... 7\ N, \ , Alli - 1 /g siT;g 0, \ s,r, FR zi b gi g. - f gts li \\\\ \, 22 iii § il ill is y j \4-- ---2:°d.MIS , mammal 111,4313%8 NMV2iO AMP rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale g■g■ rurf Q NNQ sa�osa�ae�mr°ryunersameomaxamossr rt alar =_ cog , 67 81111 �Qf O s i =r V1— €ti 1; J 1 ! ig 1 i II i 1 Z a4 17;SI 3� g � 00 g ec S pi :I1 - Bo dza Ix Si �E11 A 0 . . . 0 f3 b b b b b Z1t— i Z d • rr 2JNI . XU 0 IOC li - 1IEl t " # aii .. ° R 1 RI P el " , N, 1 i_i di li 1 n 5 v al t7 V 1[1 � z; y1� SYYJd — y W �p+�p/Ci :4 § o 2 SS O P a 0 a it s as xl S m w w 0 Difiligel a 6 � l�g i i • lig:,---a 4 1 y E aqw I M 41 41 41 A X . : P e- 1 / \ 1 0 i 2 Nk, ,,,,,, . c ill ) it° as IN V 1 \ / hi i gigW �z t----x--- iii 1 . fn g Y \ ii i "1 '' a N dr \\.\\\\%. , i 0 E—y — T t — Z I e - I`-------y Q Lu $ N el ° g � � & X Std r F vi M § F -1 — W 4 _— .gra 410 F — -- t— _ !� N O s1 i Q Ii �8ry 4 121 r e s s si siv I r s L 3 7 0 W a ° V J a El G --- --'---4111 1ff -may----- .-._.. ° .J P11319N0118 1111313 -A8 NMYNO ,.IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I Q y'� __ieaasIIMARS.aotyi a Q ! 1` i le rromummorerrarriamemie O Q e m g a. _ W ,vg I e° JUl 16 2 >"6 '1LI 11 a 1 ° a'r' - v* iS s - 11111111 < R co�71 ' �4 494. a H 0 A 4E al Z z 19 MI i 111;i i 0 1 tillR. i! N — m a 11 if If i .0 2 .TH I I i 1.11. . \ 8 ttE { )S p2P 2 P is \ z Z u.V Ma '� n � '� I mg =Zy \ o . �NO2 liii: ( 1c sad oxt�3 AOZ0t i . a13z i k 8 8 V . i g <as b>ell s o 0 t, 10 Z i M v O W Z s am < a i i W •21 i 6 6H N N NM u k sIr ill�i (Y - �y X O1 g 2 g k Fo- .._ ;11119 r 1i pp c F I x g $ g N N Q55 8 W (1 :t X0 \\� 5 S o 4( 2 E i il n. ass az o�gF ¢ QKQ a ei hi i §-11 &\\\. 0111 a Iiifl W. P li 00 NI310001 VN313 &J NM010 03rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale c — s a®reaoemta w.m.foeao& p die gi "g li 1 8 10100011,000130Mai .0101000.01~~100100/210C MN P 1 41, '-' Pt 2.;. illig xkl i as li (... k ., ot. i- el ;:: e par ds ^a ca Z r , Ii ix_ g .‘. , , s,.... ¢ fes ���� N � � : ill18 ill if in i 1i U a 3G t!111! IJJDJI dr i i .; t a ql lit J1 g ti III 11 Ir li k MI I & E 45.2 F- : it F- E cV a5 s .d Pp rte_.- I'\ all IN- 07 Ire _ al -. 1_ a aFel .iv v a Fe 13 a a t% 1 i R. dil 11W W e W K L� a a t ap a a a M 18 r u 3 ZN N 1 MO i 11 ›- ;11.1 ' ac a o Ili ME te W . J Z -h ° - -- �J _ Z 0g g 'Ni �.__ f a O ° a W a (11 4110 1111ig k i ',. i 1 F d AI t i ir fl) 40 «M 0 o a q a a .. i$ _ 1 tgy Mb 15 i �. iig I 4 a a a a N1318Nr111B YN313 .A8 NMYtld disProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 12 atketoraissaamireameraser mew All B § B i l' akIIIIMM1111011.114111:1100.MOONIZIKIII0 Z lJIt1Ih tit tiEli 1 I Ili f!! u ;L.' 0 . i=O w O �po . LL M P 1 401 Q ��*:-- — a . �` i. wr 3 cry _ b II x ' al t� Oi k 2 b w in i . B g5 tl 3 t — b O t 0 12 Villi t AO k R W iW h ; h #' ---'—'" L' MB .t olt • ii ,tp: I Z 4` 81 § s , li 2 7- -TZ--_ ___ -yam s; b to P. try41 a, tv b th __-3_�_ �, W r 3 PI r m� fyKS � 8 lei ill ri 1 __ •w A. IIA, .v Y. 5 i F^ » ��ail -- I 2 ti 5 h iii ,..., , lr 8 y: W F ± i1 OJ Z� b g° Z p- OWl> tT 4" $lir t j igt 1 Iq— __ _ _ moan maw :A9 Nom +r'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 3161•11141.1=110110MM.Larke,®. if 2 cuidarerktemmararakarmarameteema in ef, 411 I il if 1 1 ("1 fil f' 11111 2 i Q �*tea ryato s B 0 a ., A, 1 pzif tt :11 It 12: E. 'r .v C Y. fr SZIti r :II !z hill V --; °IlliWk.:-. •4 g so 12 ilii 1 g , itl 10 it I itOh 4 2 ga '9 ZE Ter oK Ta 4 I g 11 It I s € a za } mr Ill ftjJ gla • v Al i it; in ip 12 a f- II: gill at . MI a1!!d! es i iat 1U1Sz E 6 g� Z Vi Ci o .d m a� �` E Am t, W hi .0-A 0 1 !i I V/ VallifirMinilinZ111111111. 40 ;Pi 2 4::::7:2, 11/1 *.s**P ,.6/ ml \ \ \ IAg.ti17:, N (1.'1> ® \ N a b \/`yl �yyJr����- m Z 3��J 14[:4ip! t F hilo V ~ OZ j 1 N i0,�ig 2 �.pI -dopy;� 26 E a li J l 1+l Ol [�li W • y� „i11 sm.; 1 �41 ; 11 h .. a F. P �! r T% c g § ,a g 0 g El 0 5 .� JJ1 `� rI l ` \\' '' FF �Fi �\ '1 m AO 111111E,„4 ®0 0 0 0 �t 2 �.t i W .1.7:17 d 4542 0 QO� rellarrA (5 . e0 c Z Z , r ; .C. .Y. A. 2 aaoAAo von :Aa WONG oProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale e� In SIA taa o I c F t 0. 7%. .,-:-/ i r 0°° tt evo iii.p a a 1 c 42 4. X00 E 10 tO OS 1 9-1 0 IN,.0 0 0 0 W 4144-144--t ) % § § r \ ,,..-6.-6.-- ‘ :9_2 un z as _ 1 X\XV ) \ I k\s\ - ---- ) 1 k•I\V r-- g mm k s.'\.. 1 $.4WI--g ..100 10 1 .0 0 0 I -' i 04111§11141 40 114— i 0 0 r ,i, -4-,-- :1'. i , 4 ' —' I o W ffi h' § kks -i — - - as — OZ N V 0 , 0 4. i r d , 04 4-4-4-- fl ,.• i i 0 0 0 :A8 NMvaa A+Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t +®.a.a.ra.w.0.aswetig O a 4 'cif S c .�-5.•ottamnraoaarr. E el eZ 32— 11 .3i -'fir-- _ - -T ct ,...t. " 1_ex i _ Com+; e� 4 ill 1! F. 1 I rcip Ell 1 cc .... gri-raER9) 1 mo rgE stt "1, ,;!--1--AN gip 1 ' 0 a - bc - W _ � '1 e3� I 1 I\ _-sTh [IL.' I- 19 - 2g hi S.L3y23__._ 1z'2fzi T• 01� •._.A�__ 1 i0 11 C O .o z t _RI I n I n" -s llvllullil— z N II II II W co 11 11 _IN II +r ti .0-z ;I A.►6i _.-..._1_44_ �.sOn 2-:.3 2 gi �__si 4I1m T _ _.__ pp 4Y 1 ) 1 E IH r it ar el II in , iN1 I ,f,, Ili_ --a I 1 ii g I I Ei111 ' I11 1 1111 N 7-_:- —�� g 5 i Ii ti - - .. "" in rte `—( !I I EF 1 E. I 1 o hi t H N m ; r7 F1 1 til r ` gd r E. f 3 ° o ig 'Ii © i1_1 A _I xi, I ,i` " L V?° , till •I 4133.413 1W23 C© 211 b 1411 16 1 II 1 — ,I E;�I r 1 I I I -Q c. .u1L z Ifii°3: 1I ; I ; I Ina2 , I III{dg, I I 1 riwi I_ 4,_ __ -1 O II . oI }.-... 1-10-- 1 1 —! I it o o O•�' i .Pn, I e o i 1 , ! z-Z Q R. le cdw ...1O s5 .1i 00i N h 1 � Am .B-.E yQ ' Z .4 .b S'S .LL .Z ' y 6 - _ y ggEE krcl _ ___ ...- 01.1 , ,: 41----'1 .. m T re Si IN ,, Fr iu ''' 1 W iimi wii if ..i. 2 i ..] i . k . . 1_ gi'''' 4:C 1 All 1 cmc ir V zi. .6 U YMmB)ILYW:AB NMYIIQ AL +.Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a e" III ° j rl a i tea +' v��y,, Z0 Y ' s a '' a° O . �= aEo d10 1111111 Ji g D9�� •dap! v., fri f r i .i e- rl :1 a el -EsF02 Its P ri4. 8-* - A si -gt li IT_ zo ji; it iDs w I lit < ! S 1 li -11 11gi E 2E; 0 -. Ril 11 i if ilg if 5 ---. k t. _ N a0 Y 0 40 C�N ppp G gy al b 116 £S ` S 11 I l po Wg __.5..._.L 0 n� h. ze. bl q i t!gi �, 1 � �4 4. , ' ii ra br _ <1r � Q h :k .„,..., or 1UW 1848) n Vat O 1 8 Air �' U kl�'li ,_..__. U i. .,. .c.3. z `S� �� FF�� 4,.. 4 �RU As W 4 \ ' • 4 .,4 • f.g f47 /I'll] ,a °'` d n X O r VC :- g .N/ 71.— E' il 11 z 11 ii U wt .�. < WU¢ �6b Ne Ali 1 r.7 V i S Z t W h_l T alli i .., ° - - /.. ' : .• • '• ' ' -I !III! 4 lig!, oa . r7" Pli 5 8 YAMS)avw :AB NMYLICI 4111 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2: 1111 SndOrl.wa,Mumr......./ gg or iire amay 4 q1I : dt %°Iirti lif Eo mal 0 X11 § • . 1. a 4. 11 r 1 1 it tg !! IiI ! 2 40 la _ € Ig II fl 0I IN rr4rZ r of c ui 7 41 4� .11 IIse t 8 ❑ 1 J 3 s� " it___;r____ ItO F ■i ll W WW 11 11 -� -- II II 1 li 21 20 IF- 1� X "` ❑ ❑ " c l . V m W iii �� 1.- W I n < a . 4 r, j ----❑ la ZZ b b F. gzo O bi x g ---- -- � F � 8._ ag 4 111 q 06 .^a �. �it e 4 i, �'• 1I N. ID Zg J O. S a Y Z f Z Fll 1 i4 D U to 50 is r.)`"" "3x0 ,3 gN Qa W i_ -t-b , at aru / I/ ----1- e A : n ne A A . a SV • 411 e 1 la u4 a . -9 9 $ai` A2< < Olt MO x02 11 r � W VMS MtlYW :A8 NMV O 0 „ .rProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale N 111 II �Ir APPENDIX B: WAGE RATES a Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale m a, to ++ 0 .r O c Z O V af0 E AN 0E mi itt ,o 0 5 x co c n O ..L— on N c.I ns in N C) N N CO M O iD In O - in I t 0. M m M NI- et M M M M m to 1,7 In in •p' in in V- •Lr r 0 nI In In nt ns N N N In a0 N N N M'N N 45 in in In I/ In In t[) It) In %D 'd 4D ' .D •D In .D ' 4- U to t/1tri.• tttittRn a 4" tR tun. R h t 4" tt/) titth cn tR ttil AA A 0 to Q) en a 0 m >,'C N .r >vCMoa o NoO . 0 U'% c. � � � N- a) yN0 • -� °' 0 c c v°°. C c "— 0 ; a) . a 0 a, c rn rQ � � � a, � °tr: orti To ar, .ca C L. N 1 ! Iih llrO0 O >'0 0 a c A 1_ o a, c Q --11 ! c C Q _ u U) L C 0 1 3 -V o a, ani > a`, c o w a, a, L o o MI /t/o� N iinn}• O -o a) 1ittIHUhI1tIIi 46 st CO 0 .� t _ O] Q m U U U �i ti In 2 0 0 0 Z -) J a A.' 2 Qpm N o a, C 5 aCl- � a, a, v •tu N > -0 {.d •- s > . v v ^^t- a) AA C L CL C O C C C C r _ 4= O • O O O O O Q L C L W - L I. 4_, ' O IA ..I C - G C C C C N 0 . 00000 . c o el C . >, V U U L) U U 0 an RS ,. a1 c c . c C C C C V) as On j L. .` L L L L L L j mg LU 7 3 (. 0 30 3 0 0 0 0 0 3 �° Lf '3 c a a a a a a a a aJ O c N N N N N N U� Lr. CO iii ig 10.12) i 141 C Cy' C C C C Q> alit Z 0 4-' +O+ 4-i ,y 4-, ++ 4-' U . U U V U • f6 J 31 CU v aci aQp� aci aci lc CD Cc c .c c c c o < V1 21 L L C L LLti L 2' E U u U u �' u u a) rn > 44 1C b as as b ra 4s as a, a, ' a, W a, a c gar � 0 k U U U U U U U U U w w w w w w w r d 0 I x .cC Q I a) b F-- I = Y v i N j 0 oA CA on oA on on on on On on on on CA W1 OA o11 on me 5 C C C C C C C C C C C C C C C C C zoo 1 2 1 2 Y Y Y 1 Y Y 1 Y Y 1 1 Y Y 'gip o 0 al N v ar o a` , co ilnco 0 INK c fin c"sFilc r rFM All ag MMIIMMMMIIIRCIMMMn111111 1 ;49t1MM giMMA MM ,gin Ci i[! tr. N 1\ co (` t-. t� h 1! Imo. co t.. N. .0 N. n f\ 4 N. h' .0 r t. .0 .0 is. t- t . CS N r- M .O O ,.O e- .O .D .O .O O .O .0 it .O .0 .10 NI' .0 .O et .O s1' .O Nr st T- .O .O s- in .O O• N Nr N .0 N N N NN N M N N N M N Nin Nen N M M .O N N en s- M 4J! NI- st f") -itV' V- N- ',4' st V' 'V' `Q' st V' V' 4' V V st V V' "4' M 'V' sl' cm cm ol 4/! ul N cm 4" cm cm Vm cm- cm, 4/* 4" V► cm cm. N cm 4/T cm N 4/T 4" cm, 4/t cm N cm, nis XI mik 02 L >. i0 -c C U O MN i a ! � C O L1 LO N L 'E Y ro a an x o > a, w .c.tsDJ ro fp l aal U -0 co iii m >41. 433 .c Y coO ail C 0 L ro "0 L , 0 a, O md va. 0 L L L Q a, a, w O E a C O. C 0 c' L L ,,, O E E u ti `r 0 u cu a p - on at ,„ ,+rte, `o i 0 = 0 0 0 4-, • c 0) -Po a U a in 0 .i c o >, y >. A N 0 E Q7 , = O CI itL CA on J! d! p Ci +Oi u Q± L J ca .rr of 2 cu a) f0 U Y 3 a V 2 L C C a1 C: C i al C C L f- C ? a) a, a) co U L U Y N N. C O Y a1 a, C Q. "EL,Y V C u ILJ V 1L.7 L G O 0 0 0 D a= .- u L 10 10 E E C ., O c R ai)i c c c c � 'C E 0 0 ro ro RI 0 a, L L .0 L L 0 O O O L 7 0 -)) Q -Oi -t Q Q CO CO m CLD CO CO U L) U U 1. u u 1. U U U u U U U U U U a tio ID Y G a) E N a) AM 4-J m 0 m Q O Q) c Et c o - a, V C L. E U° in C 0 ro U 0 tnU) C it L U ID li L CL ro L ` L L L L L L L L L N L L N N H N N Uf L L L H L L > L E a 12 a v V. a, v a, a, a a, v a, a, v a, a, a) a, fA ii. l., O< N L L L L L L L L L L L L L L L L L L L L O y .0 . .0 .00 .0 J .0 .0 .0 .0 .0 .O .0 .0 .0 0 .0 0 .0 .0 .0 Q..0 .0 .OG a) w li ti c J J J 3 ro ro ro ro ro ro ro ro ro ro ro ro ro 3 s J J _(.51 J J .L13 J J J J J J J J J v x W y v . a Lim 0 a OA OA on CA CA OA OA Cl) on CA CA On CA OA Cl) OA OA OA on OA on OA on OA OA Off Cl) OA Cl) 011 01) W 5 C C C C C C C C C c C C C C C c c C C C C C C C C C C C C C C 00 `2 Y Y Y Y Y Y Y Y Y Y Y Y X Y Y Y Y Y X Y Y Y Y Y Y Y Y Y Y Y 5 0 ,- W N 73 MN O 0 a. m Ci Oil Ail F4FlFlFqFFq Nil Nil FMINil Fq Nil FqFqFlNil FlFlFqFqN1F MlF4Frl 41111 MMIIMMIlglgMilglg1g1MMgg1 MM � gigIMgIM gI �IIi Mr � o � � � 434 r... N. � o � o � v � � � v � N Pi N N N N M N ..O N N N ef' NN NN NN M N M C N t+f N M % •ct st Nt ti' 14" Nt "4- In ` ' tt V' `Q' Nr Nt .r V N Nr 1t Nt Nt Nr V? V? V? V? V? V? V? V? 4/ V? 44 4/ 4/F lh V? eh V? 4" V? V? V? V? 4/? 4/? V? V? V? V? V? MO f. MI Q C O v C) J 4 I— U 0 111 4''VI C d C C 0 Q m u vL 0 a E a) a) a.) to on a) LI c a4) a4) ami a, = Ta 0 m '0 a p > a p 0) o ul yart 44, LT 10 6 U as O 0 AS 0 = O j y i C L. C Y Y .Y E E Cl- 113 lL0 ` a) i1d O O O 'O C O 0 f 0 c v H C Iv 3 3 3 c = 0 o a c >. AM 3 `. m �. ctJ vo+ `o a) a) 0 m ` E J v c 3 „--, a io c •� ° Y c Y c U en u o 0a a "0 v - =--"-) ai '�° Y e L Q co L y ra J a) 0 C ” 3. 3 3 a`, E c c m } c c c of W1 O a V . L O O 7 e0 U rr, i0 S d R a I— C di " aU-+ a) C R U i a) ` O O O U N r Ql i0 b w Tr: L L O N O o ` C7 c0 V1t ` a) -0 N .0 n 0 n tri = .O 0 t E a) : > •c g ° ° a c d ,E :n F c o o a N is N 'con u N c c ,�) $ aci a ` iD o iD a, � 'c � 6c3, 0 = = = '±- 4 .5 o co � N R � 'i0 m io 0 o L Ei 6 0 0 0 w W a iL ii 6: 0 0 6 0 6 6 c3, 0 2 z 2 S 4 J * z3 mea, a) N C a) E a) Ami a) co Q N C O as C 0 0 a) rn to in a 7 O LL U C Q Mil H 1/i Vi {A N VI N IA V1 N N I/Y N N N N N N N H IA Vl /�} N N N L L L L L 11 L L L L L L L L L L L L L L L L L L L L L O O a Q) a) a) 0 N N v a a) v a1 a) a1 a a) a) CD a) N a) a) o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 o a) .0 0 a 0 a o .0 a .0 a .0 .0 .0 .0 .0 .0 -0 a) as 3 l0 c0 11 ro i0 ICS !0 f0 CO m ro Oa it RS it 10 la IC it !0 it CO CO J J J J J J J J J J J J J J J J J J J J J J J J J J Jco as U X W E oC AOO On OO Oh OA On Oh On On OA OA On on on Oh OA On on on CA On CA Cl) DA Cl) on OA CA Cl) OA ca 5 ci,`71 C C C C C C C C C C C C C C C C C m Y Y 2Y Y Y Y Y Y C C C C C C C C C C C C Y Y Y Y 1 Y Y Y `2 Y X Y X Y 2 Y Y 2 Y Y o C5 co 0 v O aar 4 CD `v 44 AS Wil RI I Fil MS 411 v c` 4 v 4 v .^o o v v o o v vravv v .no %. v� ,^o V rs .4 v v M A dl M r4). M N v N M r..,.? 4 I'i! t'M. N p'l M N N M N P�] N N Crf C'4f cr.; ..;11 s r7 l 'st `� V v et st v st .r ul `It / I J v a v v v st v v Vs Vs t/1r in us vs in t/1 t/! V} Ls in in of vt t/s vs t/>• to of 4/! eh us �!! to an th t/} A A Ia L 4.7 in Q41i di ic 0 L z N d ,111 I Ca O CO -C3,,, .0 In di L W i a) x O m v a,- Q 0 DOII v AIL a (13 OLi Li O , �. S v ea 0. u N L a) CO +., L L Q C 0 In v > P-1 L Ql 4-' 0 Ci W di CD CD >. U y, v L C +' L v m rr oi- ITS AS o a`r z a E a c o o u 3 0 m J 5 L v c C .2 Y L •jal) y L a c L >. o C E P. o E O s a., L L F c a aa)) IC rC U a n I Cr c Lv v L ya v IC U ELI- L V1 C a) o Lii) c L h >. , •^ pro - E a ICr N Q 41 W '�' a y W L 0 Q L 0 di v a o Aii iv, 0 v V J J d a ? S CU v L , L Etl) ` rt m 0 a L L 'v0 iL tU L (0 3 c > c v v v v aa, 4 ; 3 3 . Y , E al tx v v ' v a a e). -c Y u a o E E m to G.' a a G o 0 0 o as ra a, v °I) o tai U O O a ° ° to o m di t7 a i£ E i£ i£ E. E a a a a r ce rr a 02 lr a rr ,n In v► v, v) en' tris 1- H h- i= - ar m C a) E a) 411111a) CD N C 0 Y_ sift c 0 0 a) Cn as N 4 a O L.L U C !IS /fL! VI Vi V) iLA VI VI V1 VI N CA IA N N IA VI VI N V} VI N N Vf N N L 1L. L L L L L 'a-) L L L L L 4-) L L L L L L L L L E v v v v v v v v v v v v v v v v v v v v v v v v L L L L L L L L L L L L L L L L L L L L L L L L L L 1... O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a) .ro 0 - .0 .0 .0 .0 .0 .0 .0 .0 -0 -0 .0 .a .0 .0 .0 .0 0 .o _an n .a. fca J J J J J J J J J J J J J J J J —1 J J . J co t Io V X W N R C ) O on on on on on on an on on on Cl) on on on on on on on on Cl) on on on on all on on on on dim 0 c C C C C C C C C C C C C C C C C C C C C C C C C cc C C a m Y Y Y Y Y X Y 1 2 Y Y Y Y Y Y X Y Y 2 X Y Y Y Y Y Y Y Y Y t o o W a) -o +. a` m ifs Zii 4W 2121 21 g g 21 21 2 21 g2I VIII . 4A 4 4 4 4 4 4 4 44444444 Ai Mr1IMMMra.EglnlMhl i 11 I:9 i gI I ; i• MtlglMtllMM re N. n N. .0 CO CO N. -0o. N O ap r4 r4 N N N O 0 .D N. N. N. ..0 rO ‘t 43 .0 40 �' Cr O r. V' In .0 In In IA �-- r 1' .D 06 o N N N M 00 CO N M O P) 0. r• sO 00 O N t`'1 N N a t"1 N Nr. 1" ,t d' M M ,r ,r .0 h N. N. 00 CO CO Cr. O. "4- Nt M "It Nt M V! V! V! V! V► V! V? U) V! VY V! V> {/f V! VY V! V! V! V! V? Vl V} V! V! U) AS in o O O O O O O O NO O M 4 In.D .AD .0 N 3 3 3 3 3 1: ' L. To m a a Zi Zi �ap a ZIT ap ap ; u, YID 0 L O 13 1E e E 41 CJ OJ CJ Gl 0 ") tU 5 vi N N H H N VI 1Nn Vyi C C a) m v L O nT' ` �7 `l L. ` 2 IQ > .n Si a s a a a a a a a N L L °' J. �r c ; J In L E E E E E E E E E L 3 0 O 0 0 0 0 0 0 0 0 0 0 m O L L 1- ci. o O L a.+ u u u u u u u U u t� ,0 tV Q N i aL� tU 1 Y Y Y Y Y Y 1 Y Y :L L N C a O- L C c . tV L L L L L L L L L L L "'� 10 E 0 O O O O a 0 O 0 0 0 0 0 0 0 0 O E C - O E a c u u ao33 '. 3 '.n3 'in3 '�, 343 '� 3 •� 3 •In33 g c3 U 0 L _.1 J V 0 to L 0. a, n a a. a a a O E L '0 ; ai a) a)is a� vaoaoa aoao aoaoa a -, ,, a) 0- 0 X u OA c co co cg co co co co c $ c c " >. .N is c O 0 A 1- i L O O O 7 v O O O 700 O O O N O Nt O 7 C III N CD t: L.) F- F- F- F- F- F- F- I-- F- F- , F- In F- .D F- 40 F- .0 F- 1\ F- r\ F- r. F- F- > > 3 3 3 sos a) N C a) E a) AO a) m Q In C 0 0 All C O U a) Cr) as In D 40 `O L.L. U C ..1- All N N N VI N VI VI co) N N N N VI N N N N N N VI N VI VI L L L L L L L L L L L L L L L L L L L L L L :524)N N O tU O N O tUN OOa v tU41OvtUNtUL L L L L L L L L L L L L L L L L L L L L LLLO O O O O O O O O O O O O O O O O O O O O.0 .0 J -0 .0 .0 -0 .0 -IL".' .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 . J J J J J J J _I J J J J J J J J J J J J J A U X w O. aV Y ) O OA OA OA OA on on OA 01) oh OA Cl) OA on on OA OA O() on CV) On on on on on M a7 5 AO C C C C C C C C C C C C C C C C C C C cc coca .0 CO Y Y Y `1^ Y Y Y 2 Y Y ]G Y Y Y `l^ Y Y Y 1 Y Y Y Y Y Y t 0 O" COv y a AM o CI` m 41111 oIc n t a1 n.� �� .1 ! �� �' p,� n 1 at a m solWWmlWWW °aIX' �ImlN ml �I W W °mt ml ool cnl All MI -i -i ‘-lgtY,144444 .I44444 44 44 4 A A MB 11 IM '4M ?Il { MMIMMM MMgIM nMM iI M iI i M AS hin ^ n .TD st NIQ1 t0 r Ona N .I-: h in in I I N. hi Iv N N. re, IA M n Al 1.11 n n M N 4 a- a- a. tl In �I' a- IA a. 4 4 Ili vD 1A • ' - . N a^-- ^ � t[ I in'Its i11 117 in ill in to 111 I11 1" 1n Its in in 10 1t) 4" 4" 4!! 4" 4" tsf sh 4" ah UT ah N alt us cls ah 4/s aA 4t 4/? 4141 th VT iA tit tin. art. noa O.. o 11 ° cl 111 io in V L r E on a) E a- "' 2 L 0 a VLs I-- C 0 -0 = N O L O c, 'c 11111 a L a CO w a) 0 co 3 Haci N C c Lo a a lit 0 S " s sin 3 0 1-- C 0 c Y L ro L W N L = �"� f- Os y C t6 .1111 a E Y n as g ° v a, E = .c .0 o u !' O �. C o a V "- Y C c M OA 7 " . O ‘15 CA N m I0 n c ++ a-+ n ° U .0 ' Ll U E 0 OL 1,-) +' 0 V7 E ° cv u o ° v L 0 a L co al C E I" 1.-. L •N a '- v E Li— in 'Q H L L T as r a' 'L 3 E o 0. O c n }; a > c al na a0. c o c o3 c a "°c 1- w an > c 'a c 0 0 L E O 'E E a E = ° H pH :v I— ;a a (C a`, 0 a E Cu as w 1ua c 44 an co o o c t_ a a c I o C O u o " I~rs o _ C n 'n a yd ICI c2 �. N a a a a a a L (V a � U 114 E tr u �j e6 o ea N ra >. C L d U b L a .610 E +� +� °' +-� E ° E • C c 0 (� J C U L U a MC +-' 3 a L a L a s �'4.0 a ,c T a) s N E N -o N VI VI i. a s: ,L^ E Q �, 0 0 L V L L N 1- U a a V a a a a w, v E t 'c u u �a: o a u a u u �, u > c E c 3 c a a t c r c o in L 4 J L 0 ° E o E 0 „ c C a c a..a e= to 4'O.. ICO 0 N u m IO O ,9-, e� N R! 0o L L 3 10 .0 O O 1 r O O L O ++ O L 4., L O L 0 L- LD E '' _.I c) J -, < < m m in m m m u u u u < u ua u < u uQ uoo U ' U mai a) a) En 0) E L L 4) 4t da .J 401 /0 ea N 3 3 Q N C L a a A01 0 li CL L yL L L LL °L dd°L OL OL OL L L L° idL° Lt 0 in LA C Lv CC C ,. CD il a a a a a a a05 . a a a a Cr) a a a OL 0 2All • 2 ` 4 O O O 0 0 0 0 0 0 0 0 0 O O O O • 0 a s e�'i! H a C c C C C c C c c c C c c C c c c C a a a a a a a a a a a a s a a LL co o E E E E E a 11111 a G, U 0 ea W W W W W W W W W W W W W W ^ W W W in L L L L L L L L L L L L L L L L L L 0 E a a a a a a a a a a a a a s a a a a a N .0o .00 �° c 2 ° 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 eT ea al AS al 0 0 0 O o o o 0 o 0 0 0 0 0 0 0 c J J J J J a a a a a a a a a a a a a a s a a s a a • r a iii 4141 0 X W N to aY Y F) CHI On Cl) an on an on On On Cl) On an On On CA an OA an On CA CA an CA an Cl) an e0• 5 1s cm C C C C C C C C C C C C C C C C C C C C C C C C C C S 00 Y Y 1 Y Y X Y Y Y Y Y Y 1 2 1 Y Y Y 1 X 1 2 Y 1 Y Y TS o zs o W v r) 7 AN 0 a` m 41111 pp,� �,I n p p �I o.I �,I t� �y �' n t�1 p,� p,� �1 WWWW W O°o]' WWWWWW W WWW W 51 '°` �I �a! oWo Waotootaat AO of aai coI MI 4444 4 4444444 4 444 444 4 44444 iMIi M 44M4414 4 44M iI I I I MM4MM 410 1\ .O N N M In to .sit M M to h in M 1� in 1- in toria in M N. a% tom. M O% o M r•-• I\ N tMy. M II\ I\ I\ wM P- I\ r--. 11`4 N r.... M {- SMF P. 1', in in in In In in in in in in in I in in in in in in in in an in in an in- in in in in in in i/) in in in in in i/) i/) in in in in in in in in in i/) MO ilii V3 "�' aOi c �i a, '� di a :_ o Ea EE E c 'n 13 u v `/'u cc o � cr, 8 c L C ro R= U M�- l4 L vs C ' , MS ro D on m H a+ O 0 4.-1 al tic 0 .0 Q y On Ort 11/0 0 49 46 ~ N > Y s a z ° aC, v U its a 3 ° L a J 0 o 0 as C i.+ I- .I-- M E 3 .0 Y L E L 4) ._. u) c � '0 0 N c `o aL, d > in C u 6j u -0 I= C " 0 o _aI° i N4 0 3 n. a '0 Cs wt a `g` ar �`�! '} as on O > O c N •Y C L I- nO a ci CI � a a A Q.{n C C L L w C ' g 0 1.- ..c, o g 'o ,8 L c ai c y M _NeE E i +Or+ + F- I- m is "i5 E o o � 3a m L a� L% ` or o o o = a U IV a +i L O. O r a Q u O 0 1.3 c c a c 0 ►n -o O . L c '� u V a L L a C tt! u C lei p c C Y O t= st c '`O .0 a E Q 1C .c c 0 O• c f0 Q c M m •� u a. w a... w \ > p a C I- ) on v� p SR L cn w c -" Ell v jv v 0 Y On O L a-+ a� W u L C ' C air E a� d N N cuv. Y ,C 0 b a - -av 16 v n- a N N 1.6 9 4- ss L- R' L. L. C tL.. E L a o 'C •'C �� c E 0 0 `L° aV+ tL0 0 Q o o �>, �, o 0 u u u u u w u 0 0 0 0 0 w 1- ii in u. tL 0 w 0 0 2 w = w = = = = — a) a) ca C a) E a) AO m in C 0 N N N y N N N N N y N N y N N N y N N {{//�� y U .� L L L L L L L L L L L L L L L L L L L L L L 1.. L CO O O O O O O O O O O O O O O O O O O O O O i+ 4.J .V i� id {d .id Y i� i.l }I i.l id L i-� iJ i� iJ .1./ U ro ro ro ro ro ro ro ro ns ro ro ro ro rtt �a ro ro ed L L L L L L L L s- e) L L L L L L L L0) a a a a a a a a s a a a a a a s a 0) CZ 4.0 0 0 0 0 0 0 0 . 0 0 0 0 0 0 0 0 0 0 0 0 0 m 4.1 iJ4-, i.1 4.4 •aJ +.4 i4 +.+ +J +4 ++ a4 }J i✓ L+ 4... 41 a.+ 4.J 4.A 4-1 b- a c c c c c c c c c a c c c c c c c c c C c c LL CO a a a CO a a a s a a s a a a a) a a a a EEEE E EEEE E E E E E E E E E E E E E 0 - siN w w w w w w LU w w w LU w w w w w w w w w w w 1a) w L L L L L L L L L L L L L L L L L L L L L p a a a a a a a a a s a a s a a a a a a a a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 m O O O o O O O O O O a O O OO o 0 0 0 0 0 c a a a a a a. a a. a. a. a. a. a. a s a a a a a a a a. a co AO p X w N a) millEi on on On On on on On on On on on on on on On On On on On On on on on On on m 7 c c c c c c G c c C C c C C c c c c c c CCCCC 7102 Y Y Y Y Y 222222 '2 Y Y Y Y 2 Y Y Y Y 2 Y Y Y o c2 a)) a 5 SO o a is .Ir W W NNNW4410.l of NN N W N t1 WTI &IIWWWW °i QI err "'11 A 444444 444 4 4 MI 44 44 A `r aii. M MMMMMIll ;t-tIIi iI iI ill MM MMgliIIMMMM M M A 'tf' UI WI rh ICI 111 0. M V N. r" In Cr. •Y N. UI M N. N. N. N N.h N N h N. M N A N. M N N f`• M N. h NN. to in 1[) If) tt] I" 1£1 in UI 1in 11 f i] in tUI IIA t" !f7 in till UI i) tin 1� LA 1� UIY U) tR 4" t!! UJf t/? U) 4" U) 4!! 4" 4" 4" U) 4" an. th tR 4!t-N 4" UI} N 4" 4" dB CO L t on > L 0 art O C . L o L O. Q 0 c Os d c = m C j V C .0 O jr: ors O a Ott G H Q L G Li a Z CL G a ,4 to Co to 00, 8 .13 0 tO i V oA N 0 c c a, aroa, at L 0 43 L > �' U E �; o `L" 3 c n n a u Q .a E o aG, °' to .o � �j y) 0 0 aL o o y I ' F�. L Fr- o a o_ v © n n c as iss C N La_ G G3 0 ni a; m LO a, o d N a L -G at o m 0 3 ++ L L G tin) t,tl OA .Y a' d L w Z o Q E s ++ fa Q H t� 1,') L Q eL0 aU)in ao' C C fa .0a 4.'' on CU '' ' ~ ti i —OA m Q 0 a. W > Q , o ro .II = a o � m m m m O 0 - G as .G a N o c .0 E 0 I- v ,.. b * ca ..o 0 = .o .o .6 a s s 3 = 3 0 cov S c U +rr �: 'L'^ G ti °% c= H c a, c 0 aro, C O p a ,� t7� .� �; L f0 -ao o v v v o aa) .`°c s `o `o .- -0 a _. '7, o, .c O L L E a t a c. . .c o .c a, mo L ''' td ni 8, i 0 0l i O 0 O — y > ~ > > D O O E as 7 .a a >% .° .3 .3 � � � c>: Otn OF- O * O Of- a a a a a a O' O'= teal ..---- -4 - a) a) U) C C a) E a) ors N tT Q N C O IA Vy1� H y' N N N N H N N N N to th H l/l N N V1 N 13 NO L L L. L L L L L L ` L L L L L L L L L L O 0 • 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 a..' r.+ +J 4_a .., a.+ ..+ 4_a ar 4_a ++ 4_a ,u .,.i .� • r., 0 ro it • mo 11-3 ro m td ro to ro ro to ro is co co as E 'cum iti a) L L L L L L L L L L L L L L L L L L L • a a a a a a s a a a a a a a Cr, a O O • O O O 0 0 0 0 0 0 O • 00 00 O 3 Jr t.' 4_a 4 i 4_a id .V bd +J +d 4_a a-+ 4_a y_ 4_, y 4d 4d `0 c c - c c c c c c c c c c c c c c c c c c c c c L_ a ‘ a a a a a a a a a a • a a a a a a a E E ' E E E E EEE E E E E EEEEEEEE E 0 talll W LSI LU W LU LU LU LU W W W W W LM LU LU W W W • L L L L L L L L L- CD 'a--) L L L L L L L L L- 0) L L 0 a a a a a a a a a a a a s a a a v a a • 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 0) 0 0 • o 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 a • a 0.. a a. a a a CL a. a. a. • CL a a CL CL CL a 0.. sr U x W (22 ) a Ao c v p On Ort OJ) OA OA oA oA OA On oA CA oA oA on M on on OA Cl) On CA on OA Cl) On c0 5 +N N c c a c c c c c c c c c c cc c c c c c c c c c c a m • X k. ]C Y Y 2 2 Y Y Y Y 2 2 R- Y Y 'G Y Y Y Y Y Y 1 2 t o B 2 -o v 5 sr Ct. so ar ira W W W W W W W 0W W W W W W W W aol W W W aol W W ani a0l W ml W alar " 4 `M[ Mt' 44XIM!' 44 `4 `Ml' 4 g 4 A 444444 44 `x' 444 MO MMMMMMIll. Mill M111 M nl I 1` MIt1itrl � M MitiMilal• ill ^ M in M in M V' M N M "it in O+ so q sr in M sO a •t' M in M in V' N l.... M N M 1� M N en Imo. M N N N en N N N M sn N N M N en N N lelv V V* v us v r inv ui •o u"; sri sr •40: •o ui If; sr sC v uq`1 sti in1I � mini WI in u, in in in inininiinin Lin � un in do E L to m CU u F r C ooai in C co 0 4-, F- o-a c 12 In IA al fl ' i O O a En a E CU a I- 'C Ci Q M 0 us os us as y u L u 43 N11:1 4J m y I-- C O in 40 0 >- E on GJ To y K : a �, in a ++ Qj N N m = r C CI "CI a 0 Cto a c i E a t 0 O O 0 Z C L �. c CO z H . 7 " HUH Ld u '^ u H i C LIH c , LU F- L L to , o t u. > L �- C ro asr t °n a �' n a +°3 $ c o 0 c o v E > a t v 'C 3 F- a o a 'E > vi . al row to ID �' a EW O D cci O^ p a L O . L s O c 0 ea c > > c > a O 'C a a s ui +� a c a u VI 'an ��(( � u�(( � xux ��X( R !- F- �c c c L a a c E r - -� OIll ' • W a u la In W u W 0* W a- s- aJ 0 i s- t OA ecC O o Co 0 f1 ' -' u i a 4.1 ^'C ^ O ^'C . O ^ E a 'p CO U u O C u u L as 410 011 L L E 1 a a a L +-' F- ''' F- L 30 ro L : L L CL -C a s O. rz a v d a a, a a� v o ro L a a a H u -V .Y a 2 ro ro LIS > g H > g > w > H a oA E c c u u u v n L L L o 0 $:>,—c o o o a L o 3 3 O 0 a > > 0 a 0 0 O O: Rs u u u a t .c in .c O s C) t 0 r O ' p, O 0 0 O AC cd fY cd L/1 un un N un N (I .-- N I- un M to I- un F- in us un F- F- F- CO I- I-- I-- IL IL me aa)) N C a) E a) soa) Q N C O aim Vyf N Uf N t/1 N N NN IS N N H (n U) IA lA N IA IA L L L L L L L L - L L L L L L L. {� L ` L L L L L L CO O O O O O O O O O O O O O O O O O O O O O O a� a+ �-+ ►.r .. y ..i a. a� a+ a+ ++ a+ �+ u a.' r.+ E. y �.+ i a+ a� �+ a r U ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro ro L LL L L L L L L L L L L L L L L L L L IV s a a s a a a a v a a s a a v cz co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c c c c c c C c C c c cc c c c c c c c c c c c c c c LL co a a a s a" a a a a a a a a a a C) a a a a a a a EEEEEEEEEEE E E E E EEEEEE EEEEEE drY LU LU LU LU W LU LU W LU LU LU LU LU LU LU LU LU LU LU LU LU W LU LU LU L L L L L L L L L L L L L L L L L L L L L L L L L L L "O W a a a a a a a a a a a a a a a a a a a a a a 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 O O O 00000 O O O O 0000 000000 c a s CL a 0. 0.. a a a a a a a o_ 0. a CL LL n. CL CL CL a a a CL a t eti U X w to a) C . ZS CA 011 CA on CA on on on on 011 Cl) on OA 0A OA OA CA CA CA 011 Cl) on on on co on on o 5 s cv C c c c C C C C c c c C C C C C c C c C C C C C C C c a CO Y Y Y Y ]C '22 2 2 1 ''2 Y 2 Y 2 ''2 Y 2 2 Y 1 Y 1 2 2 1 Y o co as v a) To 5 - o a Nsco N N W W W W W %I W W N N aol W aol N ail W MI M" 444 4 4 g g g MI 4 4 4 4 4 4 4 4 4 4 4,0 M M M M M M M f�� h1 gi M. tai N gi M N tai !4I M aim N. N 'Cr N N. III h ^ N n in I N in N. Ni- N- M n M in N. • in in in in in in in Z/71 iri in in in in in vii a yin is, N VT c/t U AR VT in Ah 4/ A!T 4/1 4" N AJT {h 4/1 N UT 4/1 4110 All L • E on w E +' oa = y O .c c faar a s cu to v 1/1 _c 3 0) s- w ili coni o a� o L _ *' F m 0 s t—' c co o m - �; o cr"i .a -' '^ 0 4-' o 0 o f eri a c E 65 " N c'ci oa 2v in a, li u I— L.i E F� a i- co L I 1— III G) O 0. c c a. a0+ •. O c D.Q. H. a c Q N E0 E a) E D o c C1 0 w 0 c E CU °+ �, `o a C 'ii a a' c c o 40 F- a - g a. a, • H v 3 `m EFA (U CI d a) E >s0 �,; E m It O al— eaa) c ca E a a) a a L u '- L N L v a) a, >- VaJ i L .n o o E .a o E C ;� C c 3 c 5 c Ai ;; n 3 i Q m L L O 10 .0 0 a 4-0 a a L a � a L a., C CO CO CO U U U U < U U a. U < U L) < ma 0°) U) -a 'O v v "0 0 -a • w w v -o 'v v 'G -0 'a C C C C C C C C C C C C C C C C C O 7 O O O 7 7 O O > > 7 7 O O E o • 0 0 0 0 o i 0 0 0 0 0 0 0 0 L N A L L L L L L L L m N L) 0 a O a) a) L L Ls O v LW a) Q C C C C C C C C C C C C C C C C C C VUN In In K o N 401( V -0 1- N L iAL N NL LO LO LO LO LO O LO O • o 4., 2 O • O LO O A.+ 4-0 O A✓ A.+ a+ A✓ A.+ 4-+ AJ L+ a., U it eC co cora co c0 c0 cc ca rt co co nY L L L Co-. L L L L L L L L L L L L L L N a) a) a) a a) o a) a) a) a) o v o n) m O O O • • O O O • O O O O O O O O O aim 4.0 a+ a+ a+ 4.1 ++ a+ +r a, aa .+ + aa, + a+ ++ a- o c c c c c c c c c C c c c C c c c w a) a) L L L, a) L a) i_ C L a) L L a) L a) a/ L L d L Q) a) L a) L L E E E �; E ;; E E E . E aa,) E , E aa+) E °J E E �, E °i E a+ E . E +; E aa,) o sa a +a ca a cc ns ce co - cv c0 ea co — = = = ' 3 53 = = 3 = 3 53 . 3 53 5 = 3 53 53 53 53 53 ? 3Q W W W Lid W it W 4.0 W c#0 W W W di W W dj UJ ct1 Lu L0 W ct1 W dj W > L L L L LL L L L L L L L L L L L L L li L L L L L L L L L L L L Oa) a) N w a) v a) a) a) a) 0 a) a) cu a) a, a) a) a) v3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 cmo v 0 o a, 0 0 o a) o m o O a) o a) o a) 0 0 o a) a) a a.• a a. via. vs a. a. cn a. cn a. cn a. us a in a. a. vs a. vs a in a.a . cn a. in a in t A• 0 X w U) C) • on on an on on on on on on an an on on an an on on on on A 5 411111 Q C C C C C c c c c c c C c c c C c C C co 1. Y Y Y Y Y Y Y Y Y Y Y Y Y Y 1 Y 2 Y Y = o O 2 - 2 a co w Doi N aol W Dot %I W ao1 oa t. % ani N W W N N W 001 do 01 40 AS 0. .0 N1" N Ni res in en ni- en e n in in en N. M N N M 0•in in O• M N. P. N M M N. N. n M P. In .0 in r .0 .O so 1l`f �' 4' in e1' V' V r- N1' iC in in in In inin in In in in in in in in an V! UT 4$ 4" en. i/) U l!) 4" V) V! UT N i/) if} 4/f th i)} M EWI E 4-. O c ' 0 m t�Ln C Q =O C y a c WI w t E a o � b in ca L a E .Ecc c u arr a, N � t •a m R a' U Q Eas E L en V t _ L s+ la Q a�'-+ 1- .c o ; c a-+ > O 4 Q 0 O a t Q u C O a+ `Q O N C Y L a) a ate+ c a F— Q c .Lc o 0 a N " c m Le". .E N 1- 1- en = 3 L 2 a �, co -ow la Ft Ont O U t 3 C 0 L U ' N V Q ~ a) a) > N . s o 0 3 rei 0-0 10- a N en O 4 0 3 ti 3 Jop co c a < o -� o ~ .= 1— CO v v ~ .n N a'' H On c . 8 0 oo ... T O W -0 c N C H O m •0 c 3 os c an c 3 N :a a) c c o 3 a)1- = on a) eo c a) 3 ..7t- I- t°- � o = E o a M ao L m > > rE a Q p '0 V ro �+ Y L O r < E 0 Q 0 "0 o c o in `. Q ti ti . > c 0 a __as Q 0 rh 0 E O L c . o a' d) `o C W ..7 es 40 N `�- In '0 N o N N N N '0 Zr; a) W N ^ V- C E C u Cm C C C C u c E L" u N O - > a in . .0 eLcp eLac to at 0 0 ILoc eLaro 2 a m o c a, � cE o o U O U '- U 0 U U U U ''. U '-- U 0 0 0 0 0 W I— it in LL LL — a) a) ca • "0 77 77 '0 - - - •0 V "0 77 77 77 77 77 7 C C C C C C C C C C C C C C c C 0 O 7 > > 7 > > D 7 = 7 7 E • o 0 0 0 0 0 0 0 0 o a o 0 0 0 0 a ar L L L L L I.- L L L L L L • L L L L cn a, O a) a a a, a) a) a) a a a) a, a) a Q ' C C C C C C C C C C C C C C C C C c D n D > > > > > > M M M M O N N M N N N N . . t% In 40 II4 L L L L L L L L yy ` N L L C - O O OO OO • OO O O O O O O O o ..... 4..1 a.+ 4.+ a.+ a+ i.+ FJ .V U • RS L (L0 L 10ILO iLO ea ea al t• azl (La 1:. R NL al a) a) a) Q) a) a) 0 0 a) a) a) a a/ a) 0) O O . O O O O • O Q O • O O O O O O = Ir iJ 44 i... {d yJ }I iJ ad y O C C▪ C C C C C C C c C C c C C C C L_ L a L L a) L a) L a) L 0) L a) L a) L () L a) L L a) L a) L a) L a L a) L a) L E a a E a E a E a E E a E E a E E a E a E a E a E a E a E a C �+ +I �+ yi ai a+ ++ v +� c ro .- ro ,� ro .- ro . ro (tt , ro . ,- .. t0 ,: e0 .- ro • . ro ." ro co — 3 = 3 3 = 3 33 53 = 3 53 = 3 53 � 3 .. 3 33 = 3 33 33 3 - 3 >Q 9111 - , t*i us di us et WdI us di Wdi iis di WW W W Wdi di Witi W Wdd Wal Wdi > L L L L L L L L L L L L L L L L WH - L L- L 1.- L L L L L L L L Oa s a s a a) a) a) a s a) as a a) a) a a) a s a) a) v a) a) a)3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a)oa) 0w 0a) oa) oa 0a) 00t .• a oa oa) 0a) aa) oa odin 0. vt din 0N dto 0_ en 0` v) din in a. cn a. cn d cn d en 0 in d in 0 in 0_ co — 0 X W a) c allaOn On On 00 On On On On Of) OV) 01) OA OJ) 01) On an 00 On co 5 C C C C C C C C C C C C C C C C C C 71 m NG Y 2 Y Y Y 2 Y 1 Y 2 Y 2 2 2 2 2 2 tO o a CO N v y air a` m 111111 W W W W W. W of W W %I W W W W W W N W All 1. 4 4 4 4 4 4 4 4 4 4 A 4 4 4 4 4 AO in t. in Nr in M in M h. C" Nr Ill 1n M to Its O` M h1� h N h M h M P. N N N- h M N. t� h M '041s- I: in `It NtNi- `Q' .- 11i 11i et Ni , g , LA tit in In In in in in In In In in in In in In In in in U! N v! U! N in in U! in U! U! U! in in U! U! in u} iY OU 1- Li; N aj Ama)) L c V1 O l C 7 7 7 CC 1-- C ` S V L CC CL. t v- I . L 04.I O H a On 0 4-1 la I_ tri Z 'in Q. C c on On RI ap > O .c c c oa o0 ,, a 7 in . a) TO �e a. a L -I 0 L F- di co >- +) ci C _ Q) 4. v= o OM -10Q 3 C v v - 'c -c co O o n c� c OD co •r dd Rs s 1`c is v E. co CU ZCZ• m e aa' a QI}n c c } = — 5 E > .X a Q ep O O L L 0o V I_.�. L >. /o E E L i+ it 1— F- '-0 V 03 t c RS lira L 71 a E Y ri '„ . v . la o > a o E U w we �+ > > 0 a w > In'.� L o c 4) c c io Rs ��+,, p OF- MK W V El tD E •j co WWWWWWWWWWWWWWWWWW Orr oil N N h M in n N N- til n M N n 1^. N N- N � N to tri • 4 attri Ili ,- , 4 s a- Mi e- in •- in LA to 171Irl In in to In to to In In It) It) to In in In tn. tn. V} SAT 4/3- 4R 4/T arr 4" {r} 4R 4:JT 4/T 4.11. N 4/1. 4/f 4/ all .0 DO II DnC C i L _ O L gQ .c > t O c a of �, L di c -a c a i OWI c F-OC c c ti a, Cs s1 C CI of ~ O 8 1 mts4 O C Ti .00 O C t a) c C c 4-I C C p r 42 c a a a c o ma m v v, < la o Ian CO v) I- .11 C d 0 U U -C 0 4-J ' ' I: E4ac a) as L o o >c. >c'. a .c v c 0 0 to E c 0) a F- H I-- L H m u m n n m 12 m ■r ai� ' - C a wf on on 0) a ` G Z 0 O Q E 3 c7 cQ a $ c ami a) v • F- aw C, Q 0 m D = a01 ul KS O CO CO CO m L 0 C m a s C c co E P▪S to ami c cep H rt v > �, 3 H m a 0 a Po di C = II C a C a a 'c O 0 a �, o� m ,, � L a 01) o oF0oaaon a) > ' aco a, = = > > o o > @ En o CC :7-o a, OF- Om O 0E- a iE a a a a & dS CC La i� ce a) a) us -0 'C 'C 'C 'O 0 'C '0 -0 'C 0 0 V 0 V '0 V 'C ac) C C C C C C C C C C C C C C C C C 0 0 7 > > > > > > > > C D 7 E O O O LO i O O O O O O O O O O Ocu am L L LL L L L L L L• L L L L L L L us CU a a aa) a a a a a a a a a a a Q 'C v ' 'C 'V • v 'C V 17 '0 '0 'C '0 'C v 17 0 C C C C C C C C C C C C C C C C C C c = M a M a > > = > = n > = > > o 4r L L 1/1 V L L L L i. L L L. L L L c O •+ O O O •• O O •• O O O O O O O O O Ca m m m m m m m m m m m m m m L L L L L L L L L L L L L L L L L L m CD a a a a a a a a a a a a a a a a O • O O O • O O O O O O O O • O • = ,Ir a-+ 4.i +-/ 4-I +.1 +J 4-+ 4-1 4J a.1 4J +-i +-I 4-, +-I O c C c c c c c c c c c c c c c C c c w a L ' L a LL a L a L L a L a L L a L a L a L a L a as L a L a L a L EB a; EB Et, El) EB EB E " Ell EB EBEL) Ell; E EB EL) E E = 3 - 3 53 ? = 3 • 3 = 3 ? 3 53 ? 3 '= 3 53 = 3 3 53 33 53 '53 c Wdi Wdj • c#i W Wdj Ltd u..1 Lb u..1 di 14.3 iti u.) di Wdi Wtt1 1.1.1 di W O.1 CI Wdj W L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L O a s a s a s a s a s a s a s a s a s a s a s a s a s a a s a s a s a s 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 m O a • a O a O O a O a O a 0 O a O a O aa O a O O a O a 0 0 0_ Ln CL in CL in CL in 0- in 0. in CL in a 0. in a. of CL. vs ain aof a. a. (A aof a. ain t Ir o X w E a) v c a •r O on on on onOn on on on on on on on On CO o) On of CO O 7 Csi C C C C C C C C C C C C C C C C C C a m Y Y 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 $ o W cD do 2 d rrr co WWWWWWWWWWWWWWWWWW a 4 4 4 4 " 4 4 4 nal 4 4 4 4 4 nal 4 4 4 r 1`� M n M n{ M N M N. M (V N. N. M N N n M M u M M an tin Ir; M a in to i f in in i t fIA ill tiff M U) 4/} M 4/t 41) 41) 4/} 4/t ) 4/f 4n• i/} 4/T 4/! 4h 4n• 4/} 4/! 40 Yrr L. NU Fa- z C 0 414r CU d 1/1 N a 3 2 1 00 C i L O O O M O in O. y L a`� d '` (La ,, 1� 0 H 0 a) m c X to a' an c 4i N N lb ,� c L NJ' E a, .c o o o o c a E �c _NeL. 4.+ J 3 to 0 13 _a t .0 _c L L O - 3 a f1 u U C U U C U N L a) o a -o a) ` w m 'a o f° a `a di ° > L C w Q1 I W m F m co � m 1_7 .. L ; 0 arr c p y o au a; +o' o •UC o o C o N v E 3 +J y a c ay c > t rt 0 ma N as v ca L a E ¢ a 4-1 `, o L o w on u c v 2 u c 6.1 u R Fa- H E 'E w w LL._ L �- L C LL L a3R � dU > ja > > N > N N 4• OA 3 0 6 fo a O O C O O C O C 0. L .Q O O O o U U U w .c .c t) .c 0 t O .c 0 .c 0 a 22 a o a a a in a in u M in in an F- en rn in F- in F- in an an F- - a) N 'O "Cl • - .0 'O 'O V 17 V 'O 'fl -0 ti - 'O 'fl O C C C C C C C C C C C C C C C C C C O 3 7 O m m O 7 7 O O 3 7 O 7 7 E 0 2 0 2 a L L 2 0L 2 2 L 2 2 2 L 2 2 2 22 am L L L L L L LL • L L L L L L L L 0) a a w w a a w w w a, w w w w w w ¢ -a 'O 'O -00 4 .0 T7 10 'a 0 0V 77 .410 'O 'D u) C C C C C C C C C C C C C C C C C C C 3 M 3 3 3 3 3 3 3 3 3 3 3 3 3 3o N {AN N N NN N N N N N N N Ts L L L. L L L L L L L 1.. L L L L L L O O • 0 0 • 0 O 0 0 0 0 0 O • O O 0 4J 4.1 4d 4-a 4J 4J 4- 4d 4.0 a✓ 4 1 4.1 4-+ 4- i..1 44 0 to rn it a1 fd c0 at rC R7 aY at 0 0 at b at L L L L L L L L L L L L L L L L L L aI w w w w w w w was w w w w w w 0 O 0 0 • 0 0 0 0 0 0 0 0 • 0 0 0 Ail 4.' 4J YJ a 4.' 4 4d 4..' 4..' 4., 4d 4.J 4.1 4.' 4J 4..i 4r `O C C C C C C C C C C C C C C C C C LL w L w L. w L. w L w L L w L w L w L w L w L w L w L w L L w L w L w L E +; E ;; E , Ey Ems; E ;; Ea; E E $ E Ew Ea; E .. E +; E +; E $ E R sa .- a a fo .- as .- - mt .• �a - - ms a .- fa - ms = 3 ? 3 5 53 ' 53 3 ? 3 : 3 : = 3 , 3 = 3 53 = 3 - 3 = 3 E3 53 Q ANWQj LU d:1 Wcti LU di ill di Wdj Wctj W WI di W W Lai at 14.1 di di WW W W 5 L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L L O CU w w w w w0 ' w w w w w w w w w w w w w w w w . w w w w w w 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 m o w o w • on, o w w o w o w o w o o w o w ow . a) o w o w o CL an ato d 0. an 0- an av, aan 0. v) a dto a_ v, a_ v., a. an din 0- an n. in 0. an d r a111 .. o di N a) Y -• O mp oA OA OA oA OA OA OA Of) WoA OA OA oA OA oft oA CA m a) 7 C C C C C C C C C c C C C C C C C a ca Y Y Y Y Y Y Y Y Y Y Y 1 ]G 1 Y ]C • o o $ v a) u am 2 a` N ilia m Wa a� p,� p,� an.� p.� c� p in N Cod N WI W aa�' mi N W a io D°ol' CWo C-a 4 4 .r MI 4 4 A71 4 4 XI 4 MI 4 4 e"1 -"1 ['rll XI 4 4 A A A ars M M M M M M it M M M19 MMM -i-1. 0 0 0 MO .D Cr. `Ir Af in M IA cr I- in N .D CCS in O, ( e- cr e- P. M 1 f`- N in h. M N. N P. N. 0' M N N O M CO N e- CO 0 00 • '� N .-- A r O+ 'r M in M CO 00 C0 in Iit) in in Iit) Iinn in Iih in In N N N M r in in In ''If ..it Cr cl- an a/} in U 4/ 4/s ah a/} 4/) t/) a/! a" aR a/► 4/! t/" t/1 a/► a/" a/" a/) a/) Alli E L an 0 >u m O 0 o Li in 41) < H 5 4., A CO >. y8 L C AI La 0 . > .. ) 3 a o, a, Y a) = F - C 3 3 To ,Ira .s = C L c F v L" 3 C O ` >' OLCO 13 C � ^-- i r C v fa fa -CI E p >- RS N > O F ea a) rt to i/ toNO >- CO E . L L L LI.. L ; aJ Q1 na 3 v algo in'in '� 5 al a° o o v v > C > O i— Y a Ica ICD a) C C 3 L — L a) u O aJ Xao X U O L Lt-' C i O RI L A i Y '. �'.. CU .J . � b V Jt'V lL v AS L n - U u L (- a in 10 h c0 Se >. C > >, - I - ctis CU c c v Ia E L •v 3 3 0 U U U v cl,v ° E �_ � ' s c s a n o O ,0 L' 2 2 2 v r o DA Dn oA on 0 •'^ b C n = a., E !- h eS I- F- F- t- 1- 3 3 >- in in DI ii, -) < u L) - a u <vi O0 Cs no N N V V V V "0 V .0 'O V c C C C C C C C C C a) OO O OO2 O` O 2 YU u no i i i L. i i i i L. i _ •ut t 0 D) 'G -o - T., "0 • "0 "0 -0 'O -olO [if U ?� a C C C C C C C C C C U Vus L C D a = M D > = m y W a) 2 i N to 1A IA .U v -0 call l C O O - 0 O O 0 0 0 0 W W Z 3 ° AlL1.- CU L. RL. R L ILO i i V) to a1 v v W v a) a) y a) y J a) N n. +rr O O • 0 0 0 0 O • O o a .� n C C C C C C C C C C C C C C � N li a/ L v L v L a) L v L CU L a1 L a) L. L a) L Ems; E E Ems, E E ;; E Ems; E ;; E �; Lt di A �, in c LU di W W Iti W di W ill W tt1 W LU it W di g la Q O O O se c E 12 u p p p L L L L L L L L. L L .. L L L L L L L L � >> >, >N U v a1 a1 v a) v a) v v a) a) a) v a) al a1 01 - a) v a) v v. Y Y 3 3 4 3 3 3 3 3 3 3 3 3 3 3 3 3 C c 2 Z Z r S 3 3 cn OW to a a to a a a to a a in a. to a in in •i) ' Is F F F Fas x - C.)W N a) V' Y T1 AU P. OI) Of! On DI) On DII D) OA OA Of) 0)! OA d) OC 011 011 Dl) CI) DI) 011 d1 On c00 7 C C C C C C C C C C C C C C C C C C C C C a I:0Y Y Y Y Y 2 2 2 2 2 Y Y Y Y ]G Y Y Y Y Y ]C Y = o oo Wm 33 — O n` — m a 10 co1 ail A ell rs h e+a O CO N OO CO M Ars. tn. crt kl� ii erg a "4.0 C C o O a � Q a 3 3 T ar 3 3 y 1- .Y v x E L 2 0 Q. I- N E c ro - O o F` r� a) a) N a) E a) �r a) N 0 O v O U a) rn N � 7 LL IA y y L L C ar p Y Y a) V L m C X w N aid N CC C a Y 1 a 0 o W v v - o ` mu Par; 11 mm General Decision Number: WA140001 09/12/2014 WA1 Superseded General Decision Number: WA20130001 um State: Washington Construction Type: Highway s Counties: Washington Statewide. ma HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) ,yr Modification Number. Publication Date 0 01/03/2014 1 01/17/2014 2 01/24/2014 r 3 02/07/2014 4 02/21/2014 5 03/14/2014 6 04/25/2014 mu 7 05/23/2014 8 06/06/2014 9 06/13/2014 mu 10 06/20/2014 11 07/04/2014 12 07/11/2014 13 07/18/2014 cru 14 07/25/2014 15 08/01/2014 16 09/12/2014 ms CARP0001-008 06/01/2013 Rates Fringes ma Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120'`` MA MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2* $ 31.56 12.87 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 62.58 12.87 GROUP 6 $ 30.29 12.97 AM GROUP 7 $ 31 .29 12.97 GROUP 8 $ 28.54 12.87 GROUP 9 $ 30.29 12.87 ma ma WA140001 Modification 16 mo Federal Wage Determinations for Highway Construction 'IsProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page 12 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREIT,T,E, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1- $ 30.66 12.67 GROUP 2• $ 31.56 12.67 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 70.70 12.87 GROUP 6• $ 32.64 12.87 GROUP 7 $ 35.39 12.87 GROUP 8 $ 34.39 12.87 GROUP 9 $ 34.39 72.87 me CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter ms GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated me material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator we 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 me ZONE PAY: ZONE 1 0-40 MILES FREE ailr 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 ms DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . me CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee (Whichever art is closest to the worksite) . CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to a the worksite) . CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever we is closest to the worksite) . CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to me the worksite) . err WA140001 Modification 16 a` Federal Wage Determinations for Highway Construction +1Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to Page 13 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 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: 'w 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: Aro The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are AO complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: AO Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. w HAZMAT PROJECTS: Anyone working on a HAZMAT job (task) , where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: 4111 LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. rr LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. aW LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. AO r +rr WA140001 Modification 16 Federal Wage Determinations for Highway Construction "sfDrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale +r P age 14 err CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, rrr 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 osi SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1 : 1111 Rates Fringes w Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 or DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 w DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET oro 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) : or Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 or Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND am 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. ) �rw 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 ar 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 or 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 or ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities gar .. WA140001 Modification 16 Federal Wage Determinations for Highway Construction "'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale it Page 15 ar CARP0770-003 07/01/2012 Rates Fringes es Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF ao THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES as CARPENTERS ON CREOSOTE MATERIAL $ 25.93 12.60 CARPENTERS $ 25.63 12.60 DIVERS TENDER $ 39.15 12.60 DIVERS $ 87.20 12.60 MILLWRIGHT AND MACHINE ERECTORS $ 37.07 12.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED es MATERIAL, ALL PILING $ 36.22 12.60 (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 ar listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles asCentralia 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 00 Over 55 radius miles $1 .55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT ar AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center rr Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour AN Over. 45 radius miles $1.50/hour WA140001 Modification 16 Federal Wage Determinations for Highway Construction °Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar Page 16 CARP0770-006 07/07/2012 Rates Fringes s Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by so 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 13.60 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.60 CARPENTERS $ 35.39 13.60 DIVERS TENDER $ 39.15 13.60 DIVERS $ 87.20 13.60 MILLWRIGHT AND MACHINE • ERECTORS $ 3 6.3 9 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.60 rrr (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 moo free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham aw Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend +rr Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1 .00/hour 36-45 radius miles $1.15/hour rro 46-55 radius miles $1..35/hour Over 55 radius miles $1.55/hour arr (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, 40 Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free AM 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ..si WA140001 Modification 16 Federal Wage Determinations for Highway Construction ""Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale v P gn 17 art ELEC0046-001 02/04/2013 irk CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes me CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 42.61 3%+15.96 ma * ELEC0048-003 01/01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES em Rates Fringes CABLE SPLICER $ 42.63 19.11 ELECTRICIAN $ 38.75 19.11 Am 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: mu 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 ma *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. rir ELEC0048-029 01/01/2014 COVTLITZ AND WAHKIAKUM COUNTY Rates Fringes ms CABLE SPLICER $ 42.63 19.11 ELECTRICIAN $ 38.75 19.11 lir 07/01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICFR $ 31 .98 16. 15 ELECTRICIAN $ 29.07 16.15 rr WA140001 Modification 16 Federal Wage Determinations for Highway Construction "'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page 18 * ELEC0076-002 09/01/2014 ma GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.94 23.36 ELECTRICIAN $ 34.49 23.36 ELEC0112-005 06/01/2014 mi ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES as Rates Fringes CABLE SPLICER $ 39.95 17.86 rr ELECTRICIAN $ 38.05 17.62 ELEC0191-003 06/01/2013 maISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes as CABLE SPLICER $ 42.91 17.39 ELECTRICIAN $ 39.01 17.39 ELEC0191-004 07/01/2013 me CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES msRates Fringes CABLE SPLICER $ 39.50 17.30 ELECTRICIAN $ 35.91 17.30 as as • rr ;rr WA140001 Modification 16 Federal Wage Determinations for Highway Construction """Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page 19 rrl ENGI0302-003 06/01/2014 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF sr 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 ■r PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Mk Zone 1 (0-25 radius miles) : Rates Fringes sir Power equipment operators: Group lA $ 38.39 17.39 Group 1AA $ 38.96 17.39 Group lAAA $ 39.52 17.39 ars Group 1 $ 37.84 17.39 Group 2 $ 37.35 17.39 Group 3 $ 36.93 17.39 Group 4 $ 34.57 17.39 mg Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $1.00 do 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) .r< 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 rr GROUP lA - 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, '"'r excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft alr 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; so Scrapers-self. propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA140001 Modification 16 Federal Wage Determinations for Highway Construction "'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale F. age: 110 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; go Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, 4111 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 am 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; 't 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 Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil rrr 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 uw 4111 WA140001 Modification 16 Federal Wage Determinations for Highway Construction ""Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page f 11 ,rr 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 w involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: .ar Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following "Mt 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 arr H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. am H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, fel Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima ar art MIS WA140001 Modification 16 ,.. Federal Wage Determinations for Highway Construction +Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ge I 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes-over 300 tons, or 300 ft of boom s (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in "s height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge sa 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 wr 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; as 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 GROUP 2 - Barrier. machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with am 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; 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-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar ,ra Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer rr WA140001 Modification 16 ,rr Federal Wage Determinations for Highway Construction "'`'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page 113 GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service 11111engineer.-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil ma 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 RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: rr 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. aw 3. Marine projects (docks, wharfs, ect. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. go 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. a�w r WA140001 Modification 16 Federal Wage Determinations for Highway Construction m'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page I1 pis ENGI0370-002 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), rir COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, O1g1NOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES awu ZONE 1: ma Rates Fringes Power equipment operators: GROUP 1 $ 25.56 12.85 GROUP 2 $ 25.88 12.85 GROUP 3 $ 26.49 12.85 GROUP 4 $ 26.65 12.85 GROUP 5 $ 26.81 12.85 GROUP 6 $ 27.09 12.05 GROUP 7 $ 27.36 12.85 GROUP 8 $ 28.46 12.85 nr ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 ms Zone 1 : Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, mi Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS `o GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; me 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 rill operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine rr� ase rrr WA140001 Modification 16 Federal Wage Determinations for Highway Construction "'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page41. 115 AO GROUP 2: A-frame 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 i°'u 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 ass 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 IS 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 p g (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Koval or similar) ; Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring Machine (rock under 6 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 41 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 ire Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar) ; Spreader Machine; Dozer/Tractor (up to 0-6 or r�r 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) MA A WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see waw.bxwa.corn-Always Verify Scale 4r P 3ge I 16 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, rrM dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum) ; Railroad Track Liner Operaotr (self-propelled); de Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches ow & 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) ; a1i 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; "r 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. Ass 8 yds.) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto moo 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); aur Lime Brain Operator (Recycle Train) ; Mobile Crusher • Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds ass & 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 +O (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, Ara 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 me err WA140001 Modification 16 410 Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wn Face I 17 dr 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 as yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale +r Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they ar shall be measured from the base of the Tower to the point of the boom. am HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. art * ENGI0612-012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line 'r extendingwest from the northern boundary ry of Wahkaikian County to the sea) AND THURSTON COUNTIES r 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. or Zone 1 (0-25 radius miles) : Rates Fringes sr POWER EQUIPMENT OPERATOR GROUP IA $ 38.39 17.40 orGROUP 1AA $ 38.96 17.40 GROUP IAA& $ 39.52 17.40 GROUP 1 $ 37.84 17.40 GROUP 2 $ 37.35 17.40 - GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 Zone Differential (Add to Zone 1 rates) : 410 Zone 2 (26-45 radius miles) _ $1 .00 Zone 3 (Over 45 radius miles) - $1.30 loss CENTRALIA, OLYMPIA, TACOMA am am WA140001 Modification 16 Federal Wage Determinations for Highway Construction ''.Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale do Page 18 as POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom as (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in so height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom 1111 (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 aw 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 ast 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 +rr 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; as 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 ate' oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay arr r�r arr WA140001 Modification 16 Federal Wage Determinations for Highway Construction '"IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale aw F age 119 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 arU 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 OS patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfi.t materials; Saws-concrete; Scrapers, concrete and carry all; Service r. engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; art 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 rr Hellman; 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. go 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. rw 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 srr 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. ass H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base ar wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. yrr WA140001 Modification 16 Federal Wage Determinations for Highway Construction "'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page X20 .r ENGI0701-002 01/01/2014 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 w Rates Fringes Power equipment operators: moo (See Footnote A) GROUP 1 $ 38.25 13.70 GROUP lA $ 40.16 13.70 AO GROUP 1B $ 42.08 13.70 GROUP 2 $ 36.56 13.70 GROUP 3 $ 35.54 13.70 GROUP 4 $ 34.56 13.70 mi GROUP 5 $ 33.43 13.70 GROUP 6 $ 30.34 13.70 Zone Differential (add to Zone 1 rates) : 40 Zone 2 - $3.00 Zone 3 - $6.00 wr 44r wr 44 ar AN WA140001 Modification 16 AN Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale l age 121 gas 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 tam 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 ar 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. asi 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. a 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. aw r r WA140001 Modification 16 Federal Wage Determinations for Highway Construction f11Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale de Page I22 1111 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 'li tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 rr feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over 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 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, Dli, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two A 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 rr (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 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 rr 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, art 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 arr 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tans (with luffing or tower attachment) ; ma WA140001 Modification 16 Federal Wage Determinations for Highway Construction "Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i" ge 23 rr 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 rr 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: 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. 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, ai 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 SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete AM 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 ilkderrick 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 arr 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- Ari 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 WA140001 Modification 16 Mb Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page 124 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; ars 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, 40 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 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 over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade-all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator A4 A0 orn AS AM 411 WA140001 Modification 16 40 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Page I2 aw GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto-Mill, pavement ma profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any Ali type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; tos 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 rr deck or similar type; Curb Machine Operator, mechanical 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 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 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; r�r 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 WA140001 Modification 16 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale sro Page 126 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 me (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 es 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 ars 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 ma 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 rr arl .r WA140001 Modification 16 Federal Wage Determinations for Highway Construction `Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale AO Pag ,. I27 IRON0014-005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES AS Rates Fringes IRONWORKER $ 31.60 21.35 ms 1R0N0029-002 07/01/2013 CLARK, COWLITZ, KLICK1TAT, PACIFIC, SKAMANIA, AND WAHKAIKUM mm COUNTIES Rates Fringes me IRONWORKER $ 34.12 21.35 IRON0086-002 07/01/2013 am YAKIMA, KITTITAS AND CHELAN COUNTIES AA Rates Fringes IRONWORKER $ 31.60 21.35 es IRON0086-004 07/01/2013 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES ms Rates Fringes AO IRONWORKER $ 30.14 21.35 rr rr srr WA140001 Modification 16 Federal Wage Determinations for Highway Construction provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale s F 128 me LAB00001-002 06/01/2014 ZONE 1: ma Rates Fringes Laborers: w 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 VIHATCOM COUNTIES ms GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 air GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES as GROUP 1 $ 18.95 10.30 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 GROUP 4 $ 24.43 10.30 s GROUP 5 $ 2.4.65 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. as TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall as 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 ,r hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ms 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 AM ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 AS sr WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar Page I 29 AN LABORERS CLASSIFICATIONS GROUP l: Landscaping and Planting; Watchman; Window mm Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) AN 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 Filer; Stake Hopper; Toolroom Man (at job site) ; Topper-Taller; Track art Laborer; Truck Spotter; Vinyl Seamen 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 AN 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 sw 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 +r► glas operated tool; Timber Person-sewer (lagger sharer 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: utilizes a fully encapsulated suit with a self-contained as breathing apparatus or a supplied air line) . arr WA140001 Modification 16 Federal Wage Determinations for Highway Construction "''Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale as Page 130 Am LAB00238-004 06/01/2014 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th aro Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASSOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES a11� Rates Fringes Ar LABORER (PASCO) GROUP 1 $ 22.25 10.95 GROUP 2 $ 24.35 10.95 Am GROUP 3 $ 24.62 10.95 GROUP 4 $ 24.89 10.95 GROUP 5 $ 25.17 10.95 LABORER (SPOKANE) me GROUP 1 $ 21.95 10.95 GROUP 2 $ 24.05 10.95 GROUP 3 $ 24.32 10.95 maGROUP 4 $ 24.59 10.95 GROUP 5 $ 24.87 10.95 Zone Differential (Add to Zone 1 rate) : $2.00 ww BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Am Zone 2: 45 radius miles and over from the main post office. AO AO MO MO AM MO AO WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale es Page I 31 LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Awe Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; sr Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, ,rr 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 wr 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, mo 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 40 Be Classified As General Laborer GROUP 3: 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) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement 'o 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 me 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) err WA140001 Modification 16 Federal Wage Determinations for Highway Construction 49'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale €' ag e 132 we GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; alar 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); "s 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 40 Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, as mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, 40 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) LAB00238-006 06/01/2014 4 COUNTIES EAST OF THE 120TH MERIDLAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.32 10. 95 LAB00335-001 06/01/2013 arr CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes aw Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10. 05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 WA140001 Modification 16 Federal Wage Determinations for Highway Construction 41"Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale +rr f' age I33 rr Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0.65 Zone 3 - 1.15 Amm Zone 4 - 1.70 Zone 5 - 2.75 es 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 rr respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch rr, Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; rr Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; 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 Yard Man (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon ail Setters (includingsteel forms) ; Rip Man (hand placed) ; Rap p ) . Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; rr 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 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; mr 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) �. WA140001 Modification 16 Federal Wage Determinations for Highway Construction "r"lProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr Page I34 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 ms 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 mg 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 - 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 me Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers i LAB00335-019 09/01/2013 we Rates Fringes Hod Carrier $ 30.47 10.05 PAIN0005-002 07/01/2014 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes ms Painters: STRIPERS $ 28.50 14. 61 mw PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND am WHATCOM COUNTIES Am Rates Fringes PAINTER $ 20.82 7.44 AO WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Nis Page ( 35 AM PAIN0005-006 07/01/2014 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); ria CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES mm Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.65 10.48 Over 30'/Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray $ 21.55 10.48 Lead Abatement, Asbestos Abatement $ 21.50 7.98 ra► *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ria PAIN0055-003 07/01/2014 - CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES ma Rates Fringes Painters: „r Brush & Roller $ 21.67 9.40 High work - All work 60 ft. or higher $ 22.42 9.40 Spray and Sandblasting $ 22.27 9.40 ms PAIN0055-006 07/01/2013 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES rt Rates Fringes AMPainters: HIGHWAY & PARKING LOT STRIPER $ 33.41 10.36 mm mg WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'raProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale AO F. age + 36 nib PLAS0072-004 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES rmm Rates Fringes CEMENT MASON/CONCRETE FINISHER. ZONE 1 $ 26.01 12.14 Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00 AO 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 ,or PLAS0528-001 06/01/2014 ms CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES ma Rates Fringes AS Cement Masons: CEMENT MASON $ 37.43 14. 95 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.43 14 . 95 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.93 14. 95 AM PLAS0555-002 06/01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES no ZONE 1: .mr Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH rr COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD $ 30.58 17. 76 CEMENT MASONS ON AS SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS $ 29.98 17.76 COMPOSITION WORKERS AND AO POWER MACHINERY OPERATORS $ 31 .18 17. 76 WA140001 Modification 16 Federal Wage Determinations for Highway Construction 'provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr Page I37 is Zone Differential (Add To Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 me 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 me 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. les 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 ms TEAM0037-002 06/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line ma made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAIiKIAKUM COUNTIES ma Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 26.90 14.37 GROUP 2 $ 27.02 14.37 GROUP 3 $ 27.15 14.37 ma GROUP 4 $ 27.41 14.37 GROUP 5 $ 27.63 14.37 GROUP 6 $ 27.79 14.37 ms GROUP 7 $ 27.99 14.37 Zone Differential (Add to Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 ma 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 rpt 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. �■ WA140001 Modification 16 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr age I 3 am 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 No GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Duiupsters or similar equipment all sizes; Duup 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 ma 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 ara 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 r�r 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 rr 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 rrr 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 as thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck as WA140001 Modification 16 Federal Wage Determinations for Highway Construction IS Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar Page 139 r+r GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump as Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174-001 01/01/2.014 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 rel Rates Fringes Truck drivers: ZONE A: GROUP 1- $ 32.1B 16.69 GROUP 2- $ 31.34 16.69 GROUP 3- $ 28.53 16.69 GROUP 4- $ 23.56 16.69 GROUP 5- $ 31.73 16.69 ZONE B (25-45 miles from center of listed cities*) : Add $.70 rr 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. air *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 'e similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, am 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 ma equipment; Hyster Operators (handling bulk loose aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank ms Truck-3,000 gallons and over capacity WA140001 Modification 16 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale wr Page 140 AO 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, AO 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, as 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; Swanvers; Straddler Carrier (Ross, Hyster) and wr 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 to similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite ao work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS 4111 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 a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus to or a supplied air line. to to rtt wit WA140001 Modification 16 Federal Wage Determinations for Highway Construction "Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ar Page 141 awl TEAM0690-004 01/01/2014 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, mg FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES ma Rates Fringes Truck drivers: (AREA 1: mi SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties moo AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties so AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: or GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 GROUP 3 $ 22.94 15.19 rr GROUP 4 $ 23.27 15.19 GROUP 5 $ 23.38 15.19 GROUP 6 $ 23.55 15.19 GROUP 7 $ 24.08 15. 19 es GROUP 8 $ 24.44 15.19 AREA 2 GROUP 1 $ 21.77 15.19 GROUP 2 $ 24.31 15.19 ifs GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 air Zone Differential (Add to Zone 1 rate: Zone 2 + $2.00) BASE POINTS: Spokane, 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 me GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material awl 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; or Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) „w WA140001 Modification 16 Federal Wage Determinations for Highway Construction Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 10 42 GROUP 3: Auto Crane (2000 lbs. capacity); 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 shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; ar 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) 44r01 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); 4.' 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); .w Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete (over 20 yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds. ) ; Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds. ) ; Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a ar premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of vari protection. This level may use an air purifying respirator or additional protective clothing. WA140001 Modification 16 Federal Wage Determinations for Highway Construction ""Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Fage ( 43 rr 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) ) . a The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. a Union Identifiers rn An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four'letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i .e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any am changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually Ai each January. .r WA140001 Modification 16 Federal Wage Determinations for Highway Construction ■r Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SU Page 144 air Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 as 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the ,classifications and rates under that identifier were issued as a General Wage Determination on that date. Air Survey wage rates will remain in effect and will not change until a new survey is conducted. mi 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 a wage determination matter * a conformance (additional classification and rate) ruling err 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. ) w and 3. ) should be followed. 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 rr 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 WA140001 Modification 16 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr Page 1 45 ar 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 ma interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: aim Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 MN 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION is INN rir All MO ar rn ,r► ,.. WA140001 Modification 16 Federal Wage Determinations for Highway Construction Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale tie Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard"or"Non-standard"Items) Below is the departments(State L&I's)list of criteria to be used in determining whether a prefabricated item is "standard" or "'non-standard". For items not appearing on WSDOTs predetermined list, these criteria shall be used by the Contractor (and the out 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. 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. as 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. as 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. srll 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. rr 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. as ■s Ali Supplemental to Wage Rates 1 08/31/2014 Edition, Published August 15s, 2014 ®r Mel Provided to Builders Exchange of WA Inc For usanA Cnnditinns Agreement see www hxwa cnm-Always Verify Scale ar WSDOrs Predetermined List for 00Suppliers-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 LaI's policy statement. rim ITEM DESCRIPTION YES NO 1. Metal rectangular frames,solid metal covers,herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, IL, 1P,and 2 and Concrete Inlets.See Std. Plans 2, Metal circularlrames 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. See Std.Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates,and Type 1,2,and ■r 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 rr 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 X to 120 inches in diameter. May also be treated, 1 thru 5. 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. rir rir Supplemental to Wage Rates 2 08/31/2014 Edition, Published August 18% 2014 rr Provided to Builders Exchanae of WA Inc For tisane Conditions Anreement sea www hxwa corn-Always Verify Scale a..r Mia Sill 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). 10. Major Structural Steel Fabrication-Fabrication of major steel items such as trusses,beams,girders,etc.,for bridges. X ar 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 a 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 rr Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs.See Std. Plans. 15. Precast Drywell Types 1,2,and with cones and adjustment a Sections. I X See Std.Plans. 16. Precast Catch Basin-Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X .r a Supplemental to Wage Rates 3 08/31/2014 Edition, Published August 18t, 2014 r d.. Prnvirlg.rl to Ruilders Fyr.hannA of WA Inc: Fnr['gang.nnnrlitinns AnrP mAnt gg.g.www Fwwa rnm-Always Vg.rifv Scalp ,.r MIS ITEM DESCRIPTION YES NO 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 ama 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 X „ requirements. Shop drawings are to be provided for approval 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. ars 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 Wail 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 MO Supplemental to Wage Rates 4 08/31/2014 Edition, Published August 16% 2014 .r as PrnvidPd to RiiildPrc Fychannp of WA Inc Pm-!cans.f":nnrlitinne Anrs.oms.nf GAP wnnnni hywia mm-Alwiavc Vwrifv Rralo Eft rr gel ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings-Concrete Crossing Structure do 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 or 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 Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be a' provided for approval prior to casting girders. See Std. Spec.Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder-Prestressed Tri-Beam Girders for a' 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. do 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 ,w 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. is 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 for approval prior to casting girders. do See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover r See Std. Plan. X a' a' .r Supplemental to Wage Rates 5 08/31/2014 Edition, Published August 1st, 2014 a' Prnvidad to RiiiI,- ,rc Fyrhanna of 1A/A Inr Fnr ncano rnnr}i}innc Arir mon}coo .�.�.r h Hero r r,w, dl.r�.re VnrK..Cnnle wlr rr ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure-Cantilever Sign Structure r 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. 40 35. Mono-tube Sign Structures-Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X rrf 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 wr fabrication 38. Light Standard-Prestressed-Spun, prestressed,hollow concrete poles. X "'r" 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 Specie 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 WS 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. rr _ _ sr ma Supplemental to Wage Rates 6 08/31/2014 Edition, Published August 1st, 2014 PrnvirdPrt to RI ilr4Prc Pvrhannp of WA Inr. Pnr imam.(nnrlitinnc Anraamant caa tAAAA,v by Ara rnm_AIwave Varifv.Crala ir. ITEM DESCRIPTION YES NO 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 Hersage Message 43. Cutting&bending reinforcing steel x 44. Guardrail components X X 0 Custom Standard End Sec f Sec 45. Aggregates/Concrete mixes covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics4111 x 48. Electrical wiring/components x .r 49. treated or untreated timber pile x 50. Girder pads(elastomeric bearing) x 51. Standard Dimension lumber x 52. Irrigation components J X dis err Supplemental to Wage Rates 7 08/31/2014 Edition, Published August 18t, 2014 es Provided to Ruildprc Fxrhanne of WA Inn Fnr'sane Cnnrtitinns Anreement seP UAMnnr hxwa rnm.Always Verify Srale +tir OM 46 ITEM DESCRIPTION YES NO 53. Fencing materials X �lw 54. Guide Posts X As 55. Traffic Buttons 56. Epoxy X As 57. Cribbing X 58. Water distribution materials x 59. Steel"H"piles X 60. Steel pipe for concrete pile casings 61. Steel pile tips,standard X 62. Steel pile tips, custom X 60 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed,the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are '"r applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work Is being performed." The department interprets this phrase to mean the actual work site. rl� rrlw silo Supplemental to Wage Rates 8 08/31/2014 Edition, Published August 18t, 2014 As As Prnvirierl to Ruilr4P.re Perham-1F.nt WA Inr Fnr Iicana f:nnrlitinne Anraamant CPP 1AAAAA/hV1A/A rnm-AIwavc Varifs,Crola WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in 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. • Building Service Employees • Electrical Fixture Maintenance Workers rrr • 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. rr Supplemental to Wage Rates 9 08/31/2014 Edition, Published August 1st, 2014 rr Provider/to Riiilrlarc FYnhanne of WA Inn For neano ennrlitinnc Anraomont coo UMM/hvuin nom_Akniovc 1/4arifv CnoIe rr fa Washington State Department of Labor and Industries 11111 Policy Statements (Regarding Production and Delivery of Gravel,Concrete,Asphalt,etc.) 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, 'l° 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: ,ra (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. a (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. ra (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. ■r Supplemental to Wage Rates 10 08/31/2014 Edition, Published August 1st, 2014 a Prnviriari to RI iiiriarc Fvrhanna of WA In,- Pnr,icanc Innnrlitinnc nraamant Oaa ..... ',vs.,'n..m 96.rovc\/arif,i Q-.,1 (3)All travel time that relates to the work covered under subsection(2)of this section 1111 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 Sill 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. ,.r (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 ars 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 ,rr 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, r�r [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § gig 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 11 08/31/2014 Edition, Published August 1s`, 2014 .r. Prnvir1ad fn Pi Hare Pvrhanno of IA/A Inn Fnr nenno rnnrlitinne Anroomont can unnnn,twin,.rnm_ A I,nrnuc\/orifi,Cram AO Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 AS Overtime Codes AO Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 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. rat 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. an C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 110 D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. rn 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. ra, 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. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. "s 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. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions) shall be 'rt 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. 1 AO AO Prnvirlarl to RuilrlPre FYrhannP of WA Inc Fnr Imam.('.nnrlitinnc Anroamant eat:.Manna/hw✓a rnm.Alwavc Varifv grail= +r. ,rr Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 l. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of „,u 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. ma Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. ra 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 rr Labor Day shall be paid at three times the hourly rate of wage. 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 hourly rate 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 wage. 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 approval on a scheduled workday during irs 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. 'u" 2 till Provided to RIIiIr1Arc FYrhanne of WA Inr. For ucanP rnnditinnc Anreement SPP%nnnnv hnnva rnm-Always Verify Srale Benefit Code Key Effective 8-31-2014 thru 3-3-2015 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. M` 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 a holidays 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 tate 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 rr 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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. 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. 'a 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 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, *a 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. a 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID rr AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(I 0)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 arr 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.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.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. .r� 3 Ali Prnvirlarl to Rliiirlarc Pvrhanna of VJA Inc Pnr i ieana rnnrlitinne Anraamant eaa Vnnnnnr hvxnra rnm-Altaauc Verify.Crate tor Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 air 3. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at m the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage.All other hours worked after 6:00 am on Saturdays,shall be paid at one rr 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of ora straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on err 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at "r' two(2)times the regular rate of pay.Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is .w down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday ars through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. 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 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. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four(4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay.On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. me 4 Prnvir9Pr4 to Riii1r1Pra FvrhannP of\NA Inc Fnr imam.C;nnrlitinnc Anraamant eap mnnnnr hvknia rum_Alwave V.rifv ftrala sae rr Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 Holiday Codes wn 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). rw H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). a I. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,and Christmas Day (6). I. 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). s 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. ass Q. Paid Holidays:New Year's Day,Memorial Day,IndePendence Day,Labor Day,Thanksgiving Day,and Christmas Day(6). rr 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). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving sits 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 r (9)- 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). Holiday Codes Continued 5 rr rr Provided to Ruildarc Fxrhanne of WA Inn Fnr'mama f nnrli+innc Anrooman+caa Iennnn,h nn,a r•r.n._ AI*,,,.,,,c\/erlFv Cnolo arr Benefit Code Key—Effective 8-31-2014 thni 3-3-2015 .w 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). 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 arr On Christmas Eve Day.(91/2). 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(II). 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). 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). w 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 aw holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and AM Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. aw D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any paid holiday which arr falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on ' the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ass 6 ar ar Prnvidpd to Ruilrlarc Pvrhanna of WA Int- Pnr i icana(nnrli+innc Anraaman+caa,,,w,,,hvNAio rnrn_ AhArove\/arifv Crela lr Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 +r. 7. F. 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).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be to observed as a holiday on the preceding Friday. G. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. to H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday to which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls to on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. to K. Holidays: New Year's Day,Memorial Day,Independence Day, Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. rwl L. Holidays:New Year's Day,Memorial Day,Labor Day,Independence Day,Thanksgiving Day,the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding ,rr Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day to after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after al' Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. as Q. 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).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be 'o observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 7 to Prnvidarl to Ruilrlarc FYrhanna of WA Inr Fnr i mama rnnrlifinnc Anraamant eao IAAAAAr hvutia rum_ AIxArak,c Vorifii Crala +�r Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 air 7. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day Alter Christmas,And A Floating Holiday(9).If any of the listed art holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. wr T. Paid Holidays:New Year's Day,The Day After Or Before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,and The Day After Or Before Christmas Day.(10).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. vor Note Codes 8. A. 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'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet to Over 150'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'-$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. ,rr 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: ars $1.50,Class C Suit:$1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. aw R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, to and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All naggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. to so 8 rr ore Provided to Builders Fxchanne of WA Inc Fnr usane Cnnditinns Anreement see www hxwa nnm-Always Verifv Srale ,.. Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 ®r. 8. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All daggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. assT. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012_ sr Air aw • Orr air IS r ri. aw rw .w 9 a.i a. Prnvirlad to Builders PYnhannr+of WA Inc! Fnr nmart,*Cnnriitinnc Armament spa nnennr hwaa rnm-Ahnrave Varifv Rralo z tL 0 z zQ 0 Q C R. UJ) Q W I N W 0 Z W z S u) U Q a W 0 a _zo Q �0 — roco co .Y N >- J § Q (j C') �M 8 CC U) Q > J J z m� oM c _1 > F- W UJ W W CC W I- Z W N v -,,,,L13 F- OU zz O &5 0 U)F- O E -CLO -c[O '5 '?CV '5 't UN W ,- N A O W 0) , A, Cly .Oz r N M O (O T - , E o co o X it Lu m z rte. 4 'II ..,/,';,' o I— LLI ,i-..„.1 + �. a`) U u) m ' o = F:1") II4 J I I 1 ---1 1 0 c A _____,,,,,, i _ ________--- (a) H p 4 ,fib O 4.111.1)WI ii)iii) 1�1 6N iiia ID 1114 11 ., 71- . m Q Q Ir UJ oc, 2 ,,...) � ,i ,....., LIND AVE SW , a Cn . ` (1) (::::) em P-11 4 Il N \I___ �IV RAYMONDAVESW THOMAS AVE S\1II 211 E g ti m CID 1) Z 4 POWELL AVE SW 0 A(....., 1::4 w ›,- , ct _____ P`E p,VESW c� 1 I ›..W a) '\ OPS U z w N Qz \ p \..0g .9 U I. 1---- u- 0 - 0 0 1I. d Z T Nr O w , , C 0:g m a) o (r} a li m c �? • .-0 o aJ k.a U \ 11/40 U H m CO0 CD 0 on E E • . \;ct 14 uu]GO SI_SI 4aj-y .IDiJ rl�'I ]� f Pia,,,,,} ADM Alms iA- r]-VAUM Apuo- II^l SOt@IA i.n„d hluiA Z DIPJ 11000011111 rrrr wMMW rrMII rrri rr•rl i•IMMIIIii •rrW 2190-609-900 ��tl 89�' o 0 Z 0 0 0 O ZLL96 VM'allleag 1`$'4-' "fie. N 0 W Y Y 1 9oe mins'1se,anV 4191 OK �` `.\. �.0 N '' ILJF dN�.O�-1 C]N`d 8310N " Al 01 .[nom 9N 15 Q ).'ti!,,v r0 s p4h~ o m > M8W 89 QYVNO1 Ol8311V a i a a .� '�j N011dIO7530 3100 'ON'A3tl i a AVM ACIVIAD MS of W cn J J ro W w o o U Z H OJ -_I !- 3 0' M Z O oO x j IL p m Q U 0_ Q d O w O v) U w Z CC Z W Z O H w w p z p w > o m > o LCY U I- to Z W 0 Q U W > 0 = w w w U• U u W O Q Z O H H V) J V) a. � F=w- W C W U M M N UI U o 1w- d F- O O ") ac N ~ I- 0_ \ CC x x > F-O I- W = m O W 0 . N N CO 3 > , oZ Z zo o Z CO o w C m Z ® O O O ® BXO N O g3 5 in W p W 0_ LAJ 0 CCZ p J p w m n W cc =IHn 7 O Z w w cn O p U 0 O W Z x CI p CY U 0 In Z U Q LIJ U I- O Y U W W cn m0 V H o o w w m w ce� O _ x- 1- S W y O o Q m w O Q . U c,Lc' H XLLJ H W F W H o W CO d U p N CL Z = Q UI- J Z LL] W Q 0 o U OCC N ¢ H V) z_ O W J ¢ a 0 O M w Z 0 Q Q J m 0_ H J Z C ¢ CO K Y Z Li-o -> > m a o 3 w d O p Z n w s g iv U Q = p w H F=- pW (.7 p LLI OH Z <H U, U 0 V) Z CC CO aW 1 M I- LL Q Q Q O Z O�_ o Z Ow O E W p OW 5 Q WQ 2 I— CL V) V1 UU Q U p O O O H _ K d. W Z U Z W N LU > Z Z Z U I=- N d �mU Q0 i F-_- w g w m O▪ Q w m VJ o 0 w p w LU -I- w = Cl)"3 W a�a ¢ z r Iw-w Ct o 1 x W a w .� 3 r Lu-In o 0 N X x U yl i Q m Q D X 1'' J Z Z X = J w d.V7OH M M ZZ ZZ Z W O owF. O Q a a W OLJ WW �J 0 CY J -I J a Q 0 0 U U p O Z_ O Q .1( ,L1 COcc a o. a zQ = Z N Q W ¢ Z r U w CO▪ z 00 U J p EL W ¢ Q Q ,_ Z H,-) cofn U U O V]0_' O p W J O w o Z r ¢ LL to Z c Z Et Q w d V)W W o x U W U K �' H Z p H H Z w O J O J W U Z off O J n W Q K m m m w Z Yo U O /� CL J N V) w I- ¢U o 6 U x 0 ,- w U U U U n CC CC CC N m cV L=i d v a I=- U a CC Q JLTi V) 0 W >I U z w W a I/•yL� 0 p J J J Q WN p ZO c, 0W W W g N O > W Z W J J J W ^".•." Z ='p H W U U Z 3 J M U I wCt cc m Cl 1') 5 0 Q m d' U O ¢ W w 0 W ¢ ¢ < O W <Q V) O d LL p d U p 0 cc 0 J D E 11 d d d - /U N )) If) (D r•-: a0 Q) O- .- U N r) t lf) \ • Ca z • w .1- 11.1 0 c z N a. N z O I- 0 w d- w Z LL O z 0 O a_ a ,iJ_1 1 S SI-'1^j-s' ,I,,1 ^ISI ]I ,,,,I,=1 fly_ A,M AP,i'i\`.1.1\A.M n1)i:. II ..,,,Ilii,l\.,I`I,'J tliJ,\•L HP] irk ili rr r1101111. 111111=1101116 111111.11M1r �� z11ee Msal�e07 tie�ti,i Pvi N 000 w 9Z+91.9l Ol L8i 8 `d1S } >- g Y 0 0 i 50E a1!nS'lse3 any 415E ObE % ,,, _`'� N F w NV1d NOI1VZI1aNNVHO aNy AV 1�13AO N Q r' W/ toy rc N ,,,,j; :;11_ I W '' N df OE)N'J159Q W ''',,,)1,1,4,1' 1 0 F z w a res ' _ IV►8 L�S OVONO1 Ol e SAV k131NVk! ;, '. N w o �. �f NOI1dItl7530 31tl0 ON A3il n N Q p G oAvm Aadae MS W 0 0 m MATCH UNE STA 16125 Q MATCH UNE STA 16+25 jZWn{0. -•-•- •._._.-.-,-.-. ..T .-,TA 1 .— —.— --N ZO —•— r—• —•,•—• i•— .A 1 • ' I Doo J U - I• O �'7 o_oZ L 1 cdT - I N \I\ • 7 7- I z0 N ) \ . it 1 oz Q W $A I agow a N o=M' 1 U 1 ''7 0-m ''', I l a l 1 .I I 0)p�O rn O I N: � t III ���p : r I I" I W N w ^T I w n ToZp a I _ Z �aaw 0 EL I ( z I �� 1-C El I I ... '0 u) C7 E 0 0 U Vj N I I - - . W (Iii a�Q FAA 1NIOd 310NV I o D O o 0 CO+S I VIS I -. I ' �Ina xo 0 (-)6L`(7) z x v I I 1 V 1 I ZO WN Zm w \ Z Zit o SR+b l V1S I e 1 I 0 F W Y I-Q Z I aS • w w p U W(~n Q I I .:::-IN '-: \\OC �' I 7 p�j N�¢ L811-- Z W 1 •. I - \O pao 2-g= • Z o I mj 1 I 1 'R Z N o8 2• 1 - • 1 • , 1 L I I� H o I OZ . d4'ml I :✓ I I I Q N J I p p m Zz Z I _ : - Q) 1 00 O 2 I• 1 _ I O Q I Z Z Z IL V Z I 1 • ' Q :.y I d Z a p d I i 0- VJ p OU F- ' ' I I p In 3 - 1 p No o w I ..I _ • I O • W O U d O U I U I t 1 O O = U -I 1 Y. - J 1 .I I 0 c7 FO V No z a N w z 1 t."` I U W O = p•I Z I a . 0 I IMI 1 w a Ino g mz ¢ Z 1 r+i ■ p Ina w ' 1 O w Q z 3 p O N �8+Zt VIS • • LL 1• I r w a cN U U In w -11 - I I ' I N i?,E, Z • e J I 3 In Ir La-L, W U v/ 5 = • I Lii _ •.+'F^+.t'r �� W W d Z Z 4' d WO (-) I (V (V u7 N• N I W J HiE - O m x 1 M W = 2 W 1 I I W r Q QU Z Q QU w W I l 1 I w J Z W S w I CO I Z m 1 U W p p U H 0 qy I CD 1 Q op 3 3 S a « N 1NIOd ]1SNV I t I t 1 © IZ+ZI VIS l``I • I .I /\ — N r7 IH In HI I� IroHIo>I I o .;,......1 411 z I �J O i 1 NI f'o I :I IT I 1 r. ' N 1 0_ I II N �•'1 • o I I I CC Lf) o ' k I aW I T m z �I N }I I z U a �' OI 1 a o § p O QI o o Lio ,._ Z �I _ CC Ii1 � u) OZ U o a �' I - ''. W (`3 I _ 0 , N '!' 1 r^ W H N N W ''° N /� 1 ti, r • 1 r^ I I Cf) a 3 o J a N ° VJ I _ VJ I I W W W ZOO O OU � J I Lc • F., O W Q a J U p a. •W m LIJ 1 z . c. o O In 0 n U S9+01 V±S ' (91W LI 1 iUJ� z I I I I5 a Q O 0 O < • LL I 0 v d v o_ n 0 I ��� o - �: Q I .,` 0 W W p W W r') W r I N r� - N I i - U U H U M W d O _ L z Uwwow=�in 52 � � � GR I :• fm 1 p PGFtE , 0 8 ,E Z- Q E m p GP' W ' 01%1° ,� zw CL m " as 01 = m I © oR s �1 a p N 20 0 0 P 1 O J� I pppyyy } W W W F-Z J J J ___I :♦'-.. ^ I � I 7 W J Cn Y J J J ' • -c-II - LL �,' ,/ p:y Z 2 2 r 2 o z t7) vii Z6+6 V1S - Q /'' • ��' ,t I o O Oce cc O Occ U F- ®®® '/' •� Ill/ N I II y\,\,t �i_ , = © N . I \__ Zl m {� M L 1 _� �7 • 1 �, I*r 1-, Zz+6 VIS 1 1-.1 y \r r uj J '1 1 ,-� 1 (O M �•0� 1 4. © 90+6 V1S �40 " . I Q I 1Ua a- A �•I l s+a vls �eOii 86','1'i ,,, i I oL Z8+8 V1S I I z �� 1 1 .� i I I- .RI1� `1 ©LL IJI0_-1 /��� 1 Q ,� t >' I I ��) Ld Q /' 1 • o> I IW i N Jo 1 1 _ 'lz I cc, I t I Z NoI Z I I zz I W' I Q > Oo41_ ' _ I CD + I °i I ,�1-,1 sl-ao�_ rI SII :.��I �I rr„1,�old - ,.M 4IA!AAAIjALA Aro. a suol-Iv ,U-rr.I•irn "IJ ,..._ -. _ -_ _. rrr Ozlso • >., Z} U o o 10 °- N 649 soz L1 re 1 1 W NZIIB6 VM a111eaS 1 1. ' ND- .. .. WSOE ems lse3 any 414104E 'I� �o F wW Nb'1d NOSlLdZb1Z19ONlNdSZ+09LabN1b'Sld1lianO r'4ri N V a o � o, rc 1:110 891:110‘90N0-1 0.1.8 8AY d o sN)"; i*'r G = >d00219 N`4t53( � uc>3, Q /VMAaVlCO MS'Kfo NOIIdIOJ530 31tl0 ON A3tl n GO 0 MATCH LINE STA 24+75 _. MATCH LINE STA 24+75 _ 8 1 a c 99+bZ H1S 11 ce R I N Z I 1 i_-4- J O • I a ,, 1 O co p-J U 1 : I 1 I I wcc Z O IHT&;H r Wo w w a Q I V I z�xcn I 0 03 a z I ; d m= M I I I o I m I '4) At kN Q I rno�o rn O I 1\ G 4 pw G_ LU Q • (1J li AQ i 2KZ~p L,_, Q Q I CC 1 �l 1 I �8U—z m CC , ( I zw 0U z o TI co 1-_ -(2)(T.°M z N 1 m I Z ' - V) !'t;Q UI W_ U_' '^ I N N V, 4y a I I 2v)a0 28 L 1 $ �N. c O LU U r ' 1 \ 1 Z QU)ZO_ Qm ' J...II m� ' \ N CO I _ I__.- W F-O Q W U) Q I ,y - \\ �. Z m� �m �Z . i'' ( W W— W a . > Z 0-48R p J I I ©I Z Z- ?3 943+Z Yr I C I �., I p 1 1 VJ I T ' S_ U - `. I o o i • : 1 I o ' «. o a i a i N a 0 z I O In p m z x o a Q o o o x o I Q Q = O= z d x O I + O N t P �1 I Z i g g Z ��I • N I I 5 Z d H �- 6.o oAKEE�� O I N I N o N 3 pPKES gVJ Av : . LWL o W - ! AVE tm / r oU U J, oc O U 7 z /o ' "'+ I O U i') d o Z w O Lc'+�hQS -1 / Z aw a J o d O / - Z1 w a (nom H m z Ow 0= d Yg 3 p 1 m z m O o Na O ~ • 1 ! w Q Z f2 U (J O F- N Z O I-- L U) - - - J Z Z z U U �' I a � � w 1 s © Q w � � W � U � " �� O _ I U ' p 8 d Q © 1 Li - 1 N 3 I- f- W w oU (n -3 2 + 1 r 0 L W Z Z g 0 U `� J J J W d J J w d O i' • -l I W > H r°- w = x w g w I��1 . I O T LI Z Q ¢cD Z U U O L+-' ■ - 1 ' 1 , 3 z J o o = > ZS+OZ vis // ^m E cc) w '1 U A,• •4 _ SK.. ` O 13 Q o 3 3a a ¢vai . N -�4 )m o I- 1-<n' 19+Qz V15 , _ N 0 kW' 12N „�I I • T __ � IpI M r 1 1 � $ , cv Of 3ibZ d T' I o (11'11! 11 -6+ I -_ „+ ,e ... iiiuat 1 .' IJIz� o z 0 co S w z 12' la_ D O ~^ . rn r1, t U§ 4, i 0 s ;x, ' yyL' ` fix” 2 q �MS�d '� N I J O N Z • / LI 'Ike. w z Y O �b II II 1111 III II III �� in 0 d' v 1 Z N \, m M Cf) bb+6l d. -, •• Il. . „ w � " i^ ", 111 vJ w 3- w Su- 3 a 1D CC =' - III d' K W W W' N o _ :::-.1 .:.,,,,,,.. .6t.. G.12 .'" W W Z a1-�� �— K K Q m o ZZ+6t V1S . w - 0 8 ,•,) Vaw o a � „ o • { I _ Ii \\ 1 I` Z co cc,K KZ wO U O Q \ , Z f \ R O c)a_ Uaw> `. - IY � II , I w w o w ,-0 w w ��� I ��� U U r UMW w a Z - N gym N 0 ` `, (� 2-J a� aox= a LCE c� = I s� - V w O w U 1 U Z x Q J 1= M* ( 1 f1J� o o m o 3 0 ,` m m CC er 0 \% P "'." 1 1"" a ¢aW. C a o io U U \ ,il� `, I \ O I //'I W W W u,w J J J gb+HL WIS �/) 1 7 w 1 V7 Z J J J Q 0 O O o 1 z w LULU wo= (n (n z 1 � I Z T . K K O U H \ 1 el �:, I U 00 O 000 I , (�` : I 4)1, I 1 I1 1 -"- IM 1I 1 0 ± HtHH Q } 1 'W m 1 I o LL I, 0 � � ' 1 :t . a 1 p 1 I / .4_1 off Z l+L l vis o f I / J I I_ - 1 111 "'' 1 N (V 1 Z I / Z jI ' 0 1 11 f 0 _._._. L_._: ... ._.�.._._ _._._.LII_. ._ -_• ._.�. — MATCH UNE STA 16+25 MATCH UNE STA 16+25 . cu`yl 51-asj—,(1 al[(J oli.1 JI tmI E.LIJ l�M AIr.��l\- Id nuM/Piii• II ". ,i/,/Yl I,al:i{ 11(i.�./ ^I'1 .�..__-- i _. __..ai — also sss soz #‘1 0 o z 9Z-FCC 01 SL+lZ VJ_S 0 0 f 1 Qz ZLL86 yM allleag 4>'''' ,p^ I� W Y Y U I a- SOE a!!OS'1se3 any,.119 I.Ob£ _ \ F 6 NV-Id NOLLVZ113NNYHO aNV JAV IU2AO ,, N 0 G44 �' �� s 1 k; x _ F r w N 'J Cl J ,',').''''',,,o,' , , > L w is. '' > M8 FJO 83kl0VONO7 Ol 8 3AV NVd ti < w .� �a NOI1dIao530 31V0 ON A3tl a h a A'v'M Jlab'� MS o . u - o MATCH LINE STA 33+25 _ MATCH LINE STA 33+25 I© d 0 Q o , : w c.,v) n I J Z I No I " e- r 1 z ro v)0 v, i 1 a 1 oww 1 11 I IF 1 :I 1 zU' xv) ' I O z~0 1 ¢g rw ¢ o 1 ' Mod mx r, : e 1 I 1' I o ~ m 0 b9+Z� V1S I-¢o u o _ ` 1 '- 1 W_�.rw- ri Q I : ; 1 1 ;x ' �O zZ m : 1 1 UHV1 - I� - 1 I zw ON z O I1 � � c� w c7 1I 1 ,`: I -a a Z in �- i 1 I 11 ��o 1 _ i � 'S'vaxl 'l 1 W vz-)d 8Q cnW 7-' � I I 1 z 0,_,O O C J O < pOjO WIw-OU w1~/7 Q 1O v) QO I : i1Om1 � Z, aJapm d J O `11f o¢00 0 M ; M, zN z I _ ,I© I ©' ON N I1 a ' •' MIzI —:..— ' IC..)- , o ol6+OF V1S - 1 II 1O < JIN o , _O1 - i ¢ pz list - 0 otmI1 Z � Z > 1 00 o Z e 1 " jIo1I 1 x g Z a g w I __9i t � vis Q 1 , g = o _, z fb+0C VIS I m CL z d x 1 n o v No O INIOd 319NV I O 1 I w L O a o 61+0£ VIS ' CJ - O x r U O � _ U N w - 1 U � N LJd Im I O Z w zy CD I o0 oo dN _I w o >- 1 1 Q I 7'. W w x 0 J W U a n Q 1 • + • �y o i Z 1 Z , YRi 1 w W N Z O O x J Z Z , 0 1 ra m 3 I Z z 3 0 3 z - I VI J ,.� 1 Li �gN o 1 of 00_ ' Z � o0 ' 0 �- 1 -- . JI a x m w4 a:I I 4 O W z f� I 1 I/�.L1`� i N U tom- 0 0 ¢o H v~i ¢ l/i� W V T J oLL,JLa w z z0 g a U V I o • T - 1 31 W �a w x x� ?,1 ,L.,<-> 1 `56,5'-. I Z a a c� z a ¢O w = '�'^^1 m I L£+6Z VIS w w, 1 I Z m 3 3U W O O(Zj 1- O V)1 i = 1 �M C) ' 00 0 3O wQ a dd - d- w 1 In 1�01 2 p I cx �1 1 Q ' i z• ``i i I a OWEl,l u. �- ��1'IN1 I ?i1/401°_ oWEI- )%L� - � + P P �� IIIF �� T oc aZ VIS AVE SW ,'" .�� 'ii; VE SW ,' �i��� II,rill 1� a Le I-- .;�( - A J -IL -�'� - ♦:r' �� 0 m a x -, - I o W (Ni S}"S 'IIkE Z U �U - fI\F QnjJ 1--II (n+� E� iUhH 4S� I g } U Q d � I I... -1'�, N Ir• 2 F U p w r'2 z ,01 r`� o x I- 0 9-.Ll - O _ N . 1 ,a, _ al+aZ VIS I— - '',,0 SII , ''' ,,��� c, z Q o © • �"O L� a „�r: 1\' I mil ' ) it 11 \ 1 . , I O N �r 7 V N J r, Hl�i 1 \ #r �I _ W LY m W W — N ° W til-,!, N.\ (n M ^ �' I W -z a m o� C I�0�I SL+LZ V1S I G,♦ O w O w , - W d I ♦ ,y, � IyJ 1 �•� O ' Z a3 al o N o m ♦`v an d c - I ItiF - +� Z j S z E 0 0 0- CC co CO Q 1 L O > > g w n U O �,.�,. ) 1 U Ud Ute- J I _ - = 1 r7 w _ 1 o ( �' ,. U O F U�> LU , ��, Z , , p ( t 5 <" 5',;',1 Lx W ix U 1 1 I T 1 'S6 ©I U a a 8 a x s w I, J © 1 �ri-� CCpCD 5Z gym I JIa cL I „, 1 , { X I IL a a i aoN o m l 1 1I '^ w w � wpW a VJ O O W O Y Q Q Q 1 I Z 0 K 2,U r I- 1,7) I I <0 1 Q I '' rr tr rr o0 z z I 1 I U ®® ��� 1SL+9V1S II I 1 I I 1 1 mfi 1 , I 11 I i - , ' 1 t I w 1 1 1 „ ,-,•=3, I - 1 o J 1 I #p Q 1E ! I 1 Z 1 1 o ic,--I Ii. J I 1 I o� 1 1 I �� 1 1 �i I+ , 3 1 I Z I I 1 i Z i � 1 . • . ©� o I I 01 • 1 1 �1 � 9g+gZ V1S , .— 1 Q -=-j I I _II N = 1 1 1 IJ I N ' ; 6* I I 1 W ' 1o T 1 I I.”'• '�"MATCH LINE STA 24+75 I _ 1 "��MATCH UNE 24+75 oitlyp al- —9d—Sp 5,011 lo-1 'Il r y,iu)FI A'N�Rr°i`iAr 'IdAAOM AF II '?'IUI iI IA.1•„L,iJ -n6-�t �I� a.... •.r..a 111.....x. r�.Lr - - z1.so 69s soz 1 b o z SL+117 01 SZ+Ce V1S >- )-a f T z ZL 196 yMallleag ti `%. 0 W 90C elInglse3 any 4191.04E ~' '.`' . N W NOIIVZ112NNVHO I NV AY1t=1BAO if M IN Y Y otO g ���'�,� x s- I- • w N 41(1(1)1'9 N915 it)W) 16,,,),,441‘'- $ a " ped M8 1 d0 8BHOdON01 Ol 8 3AV k131�NVF! N < w a %�. 4, NOI1dIilJS30 3100 'ON'030 a N Q AVM A VWD MS o o o 0 MATCH UNE STA 41+75 i _•—,—'— �• I• • •�•_ _.—• MATCH LINE STA 41+75 Lu I ,.. . , ,l r56v°!.to I _ z I 1 U t!i i r- IIII wCD(n 1- `' � Ariz L : ' �e WM \� 1 Ia° � Nooao� a o I m • OZ+ltiV1S ° 1 ` - • - < `�. she r „I��iha O0� h I.L. „' , '"' • _ � % ,r w' 1 - r�_ SSW I �,� r`� 1 W N W U t of* .i® Ms '_ o z o m OB+Ob VIS 1 � •. " • y �gi 1 , b z ^b z�� z p . '�LT: S N Itr e r _ 1 - S \1 xa * I U) 12:.)(T)°, o o Y H N N II !_. Q VJ z 0_I i+1., *�r t ; O D d w31 I o i / 411 O 1 i O V�Wco cn Zz w a ^zWo gJ a \\� IR Y v o�n O¢ oZ a 1 '-" ' Z w m m w— w 1 "+- _J w J OJ. w J 0 :� I C L 0< 00 Ow -_�.- -• 7 1 z� oc, zi u-i I I , I U I o t � I o • t a I - I N oN 1 Z < J 1 z m w O o z z O w z Q o o = 5 0 = I m I <c La. 1 0 oz z a z V 1 - Q Z O 3 p Z 3 1 •:+'-- • . Z a ',7, gw I O I a O o I 0 I© i © I W o a o N 0 v0 ~ 3 Z8+8� vis (Jr I , L In 0 0rz a O V f� o U z I 0 K O 0 O g d w E Z I • ©1 N 1 Za ') a CL (L)03I T- 1 1 I Z Z_ a 9 Z 0 °z a Z Z I Z 0 ' g ao vri d o a , 1 IH 1- w Z N O 3 o O 1;-t I _ 1 5 0 H E 4 a O w z I il '4Z Z z n U IW K r U W I N U �p U a ¢4: U h- ZI 1rK 3 w w UU 1- v) ¢ 1 .0 O ri �i w z z p I � • '-�- . eq W� wJJW � JJwaO I �° I r n' w S S a w • 1 , I Z - 3 3 z z o o z w = > I 1 - I Z i t '. 1 cL Q 0 Ul 5 Q Q(1) 03 N K Z I 1 2 e 1 1 v } N I ro ,I 1 °- I 1 t 1 o 1I ai w Ln Q I I 314 I I _ N z r) Dr) >- z 01 rI I a or of : ' E O M I o m 0 I ' 1— LL I v o 0 g 1 711 SL+9c V1S • 0 �I I cL ��_ o� �I : I �, a t p , 0 I M I 1 © I. I =N roc:' n I m _ e. V, a �i J �N-- a (D Cr) �I © W IJ I o w w N O VJ( rh , I W W 9 m O � � , I N Cal N t *r ( Q 0 =a E,_ __,„ w o w , - � o am U¢ w o a 7 w I- `f' ' °li® I Z di d3 0 o w n o m I �� 3 `}Y�J I©,;' U NNI .;'I , l ,, I I m m Z w 0 ao . I I O 1 r �+�: � Z > �5 i_7_,r, O O Q 1 }1 „ ,` I x '' '', U U a U a I • �p • �� ��� Mab v o� v� a ; /4 �� g g 5 Q w w w w / v r� Z T `\ j .< c Q w z a N m m • ' w w a w //) Y _ • 69+9£ V1S I • > >w >to z w w w I - �; o O U t¢- H - WI Lu �� �C'_ ,i iI ILI; W W O W 02 wI tubi _IIF I' Q r ° lei IIS Wl,L O a' CO K U,- Z Z Z li Wnl i. J ; 1 t ''. U 00 O 000 �� ,,II, I k x� MS /1- t, I _ f�,,IIiM,_,, 0 I .• el. o o IIt Z I a 1 "'L;', L9+b£ V-LS I i 1 I II N , Q I I 1C 1 I I , ' i O aZ I _ . Z /I 1 III Q I . . I • Q I � "` I J i© z,rT - • I N • • r, J I. a >- I W I . I 1 0l Z I g 1 : 1 W 1 CC I N N 1 Q W I v ti ° 1 —•—•-1-- —• •—•—•— L.—.—. MATCH LINE STA 33+25 MATCH LINE STA 33+25 �r1.91 I-9J Si- n Ir.l l)I 50F s -Id A M A(!!].\:: I nom AVER. FI 'l JFFFl I'"I' fgi.J I-IF 1N/ "IU moos. illimmomorola matt alma 2i I- In I- z3so ses soa �; y N o° w SZ+OS Ol SL+Lt7 vis Y Y u 7 a 21196 yM'alAeaS ';'' �,, N`d-Id NOLLVZ11�NNV'HO aN`v' Jl`d1EI3AO N SOE aUng yse3 any 43S l ObE q - �� N W M K O W e +FI• \c ,a NId IA''A k I�.. „g " < F Nilflt721'�NNIS 1Q �ySM a gw F, W ww�'.,,' �j5 _ > kla 88kIOVE�NO�Ol 8 Bl1v'kd3Mb'd gi v.�s �f NOI1dIif753O 3190 ON'A38 1 N Q �'v'M �la'v IO Mg :ell �a o O Q g MATCH LINE STA 50+25 MATCH UNE STA 50+25 . .7: ._ lo 1 z I o :�:v.'s 1 \ ii •_::t • L„ 1 �� zo w moo � I a o< o INIOd 3lONV I. - ' �'z ~ b8+6b VIS I II • - LOV c,,,,- W T •. Z i 06(n = Zoww c - ze, N I OZO� Q n I 1 I ' i'a_-, "I '- I II I 1 el KF-CN n QO I., (/) w < I ` I i I ' awzo a ¢ -ml ct I 1 O-z °oci:I of �� .S ♦* C W O z O �� O 1 m N v- II 1 1 a k, F�.+, (D O CD - Z II .- O 1 .E , a s wv Z O Y Z F ©I W a 3 N w co 1NfOd 3l`JNV •1 ` c I I` I 1 �- a w o N 08+Sb V1S „ , I \Ir .. 1 O�w� Or „.,L �i I �, I �.0 z� w zm w [ >-. a Zo 51%J I I © I /� en o V o,-o a o z a OS+Bb VIS , -y ' O o 1s Z w �m w— > ao J au a J I = J�� I cn 0 0 0 I - : - . U �I I „•=i's,, tt,F,:;,:-,•›..:,,,.. .'' 1 Z W i I S6+Lb VIS It u ar '� Z N N I i O I� ¢ p z eo zal 1 I `- Q og z 1-r , .54 1A- N- o ' a a o o Ily �' • mI s vls Z NM U (� o a N 8l+Lb VIS: ��• 4�» ce Wi / I ( © c, (n _ d o J —/ { 1 w m 1� 0 o O _ z 7 W I / �' � •r �� l� `,-,) O NO Z W Z w -- r__�/ 6-J O \�. �, . .1„..,„„.„:,,,,,„,:,„,:,,,,,,,,:,,.. ----,- o o c o N z w o (rrEr - . o + NI C • {rr y \®� 4::41--./...i Z = a �o a v Zl © �°�° d� � ���� M/21 • • �` •"� 'ir.k } -' / Z Z W �O 00 z N 0 g Z ZO i--�I Q M �-� \ / 2j• O -a ,r„, 4 4 'lN, O EE z < o o R ao s,. v~M �� e e -/ ,. w y CRs g a g v� o �r°QI-)_ lL+9b V1S ;a 7,;-.---, z �v v w M_ + Q e i� ` ` N o w z �o a „ 40.49.0. ,J - a ID- ®►� w W J a a(D a a 2 w w a S�+9b VIS �- W _,N \ 3 3 z = =Z LI, = w U N r 1 "� �� s, !, i ,�,'� x t S n d O _ a w 'N z �N/1 +�� : 4 Q o Q N ON/1 44&\ �I I � a� I _i l ri,it�\`...r,�% m' n /., GIS f4 � 'x �� (� I� u� n eo m "111 ��'.- Tai II 141•1:1m,,II II �,/� �,�.._ `H�l�� I ` V L6+S Vl dl-CN , L±,J1 \- .,..:-:., '„'''' , l' I ',:7 , m t N 10 M m ax1 _ I L, I z I 1 z 1 I 1 O z U c0, 1 o o - r _O 1 a d I • , ._IT�-I o I U 1 O z I - m • J co I I •L O IlJ O U cn d I .1 I _ V t t l6+bb VIS , fi i � �� i I - I W w w� zm o N o 1 LU I I 0 O ¢ a.LLLJ L O I , y t O O'') Uil- o _ Z a$ $3 0 O to c' m I I 1 Z J d o I as 03 2 2 Z C7 8 O Q o _a cwia J O w \I - - 1 1 _ w w o w w r� w o', i� t p �- U 0i- UMC w a t I � ..� I U d au) o_2=> w c� ''- - I z I •I �O �z2 Q J �' I 1 Cps I /� 3 - m ;jam 1 Q- 1 pie sw LL Q Z w z 0-N ,o U U •I CL £1- I-w 3' I CO > >w > z J J I • - I Q 94- ©, O O O (Y.J _Te �'"„�” I O c7 OO Z t .y. 00 ® 000 I t 1 1 ' 1 I 85+5 b V1S 1 0— I y': t ,© I , /" 1 QID N •• Q Z a. I 2 eo ' J o I 1 3 N [ n 06+Zb VIS I , 1 0 Z . N I3 . • II 16 .ti I �` CO Q� I :' = I Cl) w 1 JI ' N I 1 I cc W - t- _ 4 I 0 t • 9t • I 0 _.-.—._.1:�.r..�... .�....,. .I_._._ ---._.— - .J.: •. I.-..L:.,._._ MATCH UNE STA 41+75 MATCH LINE STA 41+75 0,-.V 11 -(..I-, al„„ „lyl .II I:ml.niIJ Rr.M Ay,"\' I.l\fiiM np� II ,lifi9l\'I"gel.-.I t10��2 "I'j 090-699-90C �;; o o w SL+8S Ol SZ-1-13g V1S Y y 0 d' g ZUB6 VM'allleaS f .1 V NV1d NOLLVZI-IBNNVHO aMd AV-11:12A0 �' °- 906 a1mS 7se3 enV 419 L 0YE W N O Li'- i' •\,� `7 N N 4y m"'r� 9�L x \ < F I- a � N dllalH!)N`JIS3Cj W,� 1, 1.1 - . g G w x W fes`' o m > MS as s9aavoNol Ol 8 3110 a va w w 4.� lia° NOI1dId7530 3100 'ON 030 u , Q AVM AQY IO Mg o o o o co} go MATCH UNE STA 58+75 w MATCH LINE STA 58+75 p0 1 Q U } ,rw CO co.� w 0 1 m N Z II Z co cr, _ CI - : I £b+8S V1S G t '' Fri wl...i UQ J¢ • I,- 0 • ,',.', .T, , • z p=N .. 3 O z o Q 80+89 vis w Q o t ! i: . lIT: 1NOd31V �� i Y x F a 0 0 b0+89 VIS + :w �v ffl Y m o0 - - IX LO z o m t 6+LS VIS (� r ;fi (r)i-cr- z i_ LL+LS VIS U4i y "',teas Cl) '�p� N '` z O Y z z tee, r, fi-'- ''''„• ', c, W -,-,--8-_i±1.4 In w g ■IIS • a S4 • "� � X a o £b+LS V.'S C �,: a • ` ' 0 0 w p z 0m w I c ~W 0=Y H Q Z - - • a` © Z Z�o� Za w � C • © `f nc,W 3 CL : o U bl _ IL+99 VIS Z • U O a ~ a Q EN • l£+99 V1S a a z p z o z 0 - o = o z z o o z 3 •• : + I INIOd 31ONV Q z zz z e z L6+99 VIS 66+99 VIS a z a n a I O I , o a a v~i 3 • _. W • k a No O U c~il cc o v d o v - O 0 = G' 0 ( -_ 0 0 K 0 ON Z W W , Z ��� - Z CL a CL O 5 aN z w 0 S J O J d U • _ Z I--' 9 �n z O O J Z_ Z .. L 4n a 3o < ~ mz Q I-, / J W K a o ,_g 3 J z - _ • z o' cn a. a U -pi _ w 5 az a a • - £z+99 015 { 1 , w . z0 , w XN U U z I p > >p a a -i LY 0 z W 0 0 N o L� z Za g J w w J 5 a p INIOd 31ONV a CL�� W r J J w s x o w I 96+b9 V1S a'j w a acs a ae w w r 0 Q t } ,..1 Z m 3 3U LZ- S- ("'-21 o Q 0 0 O O Q d 2 Q L Y +I • Q 0 VW - ¢ ¢a! 00 N C I CO. Z /\ - H M d- H - - H O3 - 7. W0 cc ' 1 0 � m T INIOd 31ONV ,et N 8t+b9 VIS x N o w mw z N , Z U 8 U _ • 1 0E- T I. d U§ a p -� N i CI a I-CL - I INIOd 31ONV cr) } Jo o z , 99+£9 VIS y p ,-CEup O- Er-i) cn 1w J 3 w INIOd 31ONV W o w w c, N 8 8z+£9 vis I- w w aZ a CO o 9z+£9 V.'S . S N 1 1-Q 0_J U a W - 111 a > a W � 0 paw a v z o Z - U a 0wQ- Q ! 0 0o Ua w L� _ L M oc zLu l_''*. g g^ 5os O �. 0 w Wwm- T m �: 0 z 3 < m =1►: 99+as VAS © - LL C) © CC a aC 0aU; o v _ . 1 - 1- t- N O O w O U i)Q- Q •. I Z W W W O S V) VV7 .z xl r I 0CC Cr 0 0 H Z Z Z I m 1 U 00 O 000 . . © I 1 I = oT � I I , 1 5 1 o N 199+l4 V.'S pI M� � 1 , �/ Ili 1 II 0 cn y'I 1 �� z 'I\` 1 Mg �^b MS ^b EL T ' ` 0 I ” 6t+Lc VIS �1 ',., i_ i , i CI �B k} I ■� > WQ - ,' ' , . ., .,, �$ -�- -I bL+09 VIS 1 • ,,,,4,:..... 1 : : - . ---- Z I 1 0 ° I ,__ - ® _._ 0 MATCH LINE STA 50+25 MATCH LINE STA 50+25 Zl�_659_90Z 1 0 8 W 66+88 01 SL+8S VIS Y Y c2i ` g a l.%VAA allleaS SOE oWS yse3 any 41S I.O4£ ; ;`0 N - * N NV1d NOLLYZI1aNNYHO CNN'/ AV-11:12Aii 011 0 N a 0 ) 'n g wJ1101!9 N9153(1 vu ,A,st z - x w 4'' 40 = > M8 k!0 8Bku0VON01 Ol 8 BAY I NVU " w w P. If° NOI1dINJS30 31VO ON A3d a N ° AVM ACVHO MS 2 o .. o o ,>- af i 0 1 t t 11 o+ 0+ �^ 0 0 N N I L I" zfi1/4 41/4 / PPJO �I RS",‘ o • Ilb CC 1 c L o } 2 - - C O , U I r - c, t > o f 0 1 Z > O O -- ..,q + Q O # o u [ Q Z O lll_ 0 ) )1( C._.) " 1. )f ) I I 1 N I-Z - / ON N NCN N ., / Z c © ZC / ' .. ' 66+89 VIS -"Mil �rn m m m 0 1 .....•• • . .rri imYr.rr•rim.mow,i • .rr.....• • •...•• —•••• •••—.- w MATCH LINE STA 58+75 MATCH LINE STA 58+75 0 CC Z V) N Lu N O z YO O Q U q5{ W - p H N ixZ I— M m d w Q g g ^ N OJ U rnO co z dO ¢- x z O - W p 1O Vy Z U Q Uz ,_U a_ U0 Z OO z N o = O O CD r N U O O w = 1- O Z 0- = U Z m Ui x z Il N o I=0O x o = O U Cn Jo �O of -? < ozo zza oo a wo 0 Lu ill 1(n OL (1) ° H 0_ O 0 EI- CC = U ci_ CL JaO 0 Ld J c71 O I— ccs v) O F-W7 W W m U 0 2 dQ. QZ\ W O Z p J rza J oZ W o aW cc z ctOCC Nz WO O z m 0O D Q J W Od Z W x W Vp J d U U) z 60,_1(_, 0 U Z W d O m Z Q Z N O'd J E Z in rr Z W U 0 0 Q 0 CCZ Z 0 o a, U))d 0 a O CL O D N Z Z 0 00 wQn 0f v o Cr g ¢z o 0 0 00 1-.,z ZD zV z OU U d U d cc W F W g Ul V ep 12 d' (n N W U)d J Q (n W U' L.L. w W o W w w z z z- Es Fe) U w v)w O cn= N O gv how a a ( Q O D O a Qc c) f v awo �o 1-- U O U U U W w Wo w=� 0 43 N o N CC Z Z0 0 Z'w � Zm w z IP j x rxU (Z= Q J I w W� �� U Z Q�Zw a O CC D O 9, ,,,- O � d' W W J J X CC J O O E¢ 1-- 1 Q Q d Q W N 10 mU U Z W Q Q 0 Z Q Q U E = w i_._,,_,?, O a O Z - 1F w w CL W H Z J -1 Jm 3 ?s z 0 0 z x H Z w m w- w O > L>Es V) J J J Z U W V 0_J 0_ > O O O Y ¢ Q Q O O O Q aZ 0_ d Q m J o0 _J O Z W W W O x v) N N O 3 N �] Q Q N !b N Z O Q O O O a W Z O g Z 0 CCU U1- Z Z Z I I — — 0 (. V)O CL Q U OO O O O O 0H N H N t0 r co VJ ✓ O e �mti i ;i-a�j �wu �ioi �I ,„i.e��„i� Aom epr.�av �C.iaAnom epo 11 ,00l,EA-C-CI �,I ria,'\t 'w - n r r r; f I. z zI.90 6S9 90Z 1° o Z MS Ela S3EIO 'JNO1 0 0: 0 ZLL96 VM'OIILEn tip l \ 0 W Y Y I in 0- SOEe1!nS'Ise3 any NISI.OPE 4,' \-_i`'0, N NV-1d )I-1VM3QIS ,�; N I a k 1 < \ .. H r W a 0 411010 N`Jls3!f�W;].+ti?ti',�y a x w o A'. N Pis . 4S o M8 WO S3koOON1o,Ol S 3AVVd a �f° NOIIdIN)S30 31VO 'ON 038 y y, Q 1 4./�• I aY S p a yr u=i o 4V I Q d Z ZQ W O g Z W Z M- O O d 3 00 CO 4_ (n om ( V) O0 Z e V p m m ;mow <n z V) = I= W LW a II N DO W 0 ~ D~ Z MI I— CC (7, z o 0 00 3� c0 N 0I Z 0 0 V) ^0 �0 Lam,, w 3 Z m1a = o l 11 Q M Ow Uf } 0 U)OI H V¢ O Z_ W g O] 0_m m H U p 3 W W co�� -� CO in ce D 0_O Oz UF V VJ ~ _ ND-Irr1I M EL 0 g z W O Q o N U W H W 2 W O O U O O �' 1 M O tr LLJ O OD o' EL U U U w p U 0, IJJ o \' �/� W U 0 Z p J Q Q U p = w N Z VJ J li p0 Li.ww ZaEL�� CC w CD 30 8 a X w N¢ N Z w o f o U U 0 O p Z I-3 Q I) w TW Z a z p o Q~i �N w O 0 O O� 0 Z 0 o v w 0 Q W Z Z Z 0 U W W / Z J 3ZD a a n o Ch 0 OD za 0_ VQ W M O �_ o H o �-o w 0 Z U H Z p Z d a Cl)J //�� r Q 0 ILL w 0 I (--) I y o y c' O < 0 0 1 W O W N W r� c (r Y n Z H I— 1- lil W'o 3"-, D_(O J 0_ ,_ w le, 3 z B E I-- Q 4 V '�� O W .7', N Z V J U O N O c~i)0 3 U~i 0 3 U z 0 J J ` O O 0 0 O Q ZQ W 3 Z Q Z W 61-1- t W d Z d W z F C to w- Z Q w O 1 0 1 ` 0 1 1- 5 o W W O a Z W0 W U) LU \ N`�\\\CC W �QdEO O UI. 0' ow 00U) 0001 0_ < 0' 0- 0 < 0 0-L_ d3 0 Cr Z \ `� 0 (� � 0 o00 ® 0 000000 ( 0 0 0 a \,A i; c O El C z p n o _ 0 3 dwi 4- 0 0 — 0 X Ln`n -0 io FJ > 4 6 0 0 '� s, �, q O g,y✓ 2-� o 5 \ 9 oe'o'j..o\ i >< Z d �.�• w o •. --')\ , -ND CY EYX LJ LAJ _J In CC Z Q CV CI- - d- CV Z O U W (n d a)1 CE w Q Z W o Ir o Q C Z Qg w a pi Q z cp Q o6 + N 7.0 p w Zr / ` O I 1 o0. Z 1 oO X CI _. - a oa > J 0• LLI Q o W 0 ..-- 1.1_ s S �F Qi -,. 4 z 121 aw Zg o 5, s W M o g9 r-0 T y Xrn Cr 0 4 , ,\ Z I 11 i.l� -__'it-.I..1 AI. Cii "Ic II omysuCIA I ioy a....A M Ai:e.�\C'Id\ALCM CPC. 11 ,OOIIVI al,C I III..\i .CI,� V d Z Z.90-699-90Z (0C\:-‘` NN MS / V 31VQSB/ VO 0 W yY 096 VM alAeaS .4> C.i" /,9 \ d f h 90E 499'1993 GAV 4491.04E 47 +ti„y,\ \,+ Vf N �' N NV-1d >I1b9M3CIIS 4 41 N 1 CC r 0 eki dfl0a9N 153QWD '” 9; ��4411 ` - t W z y w "" ` ks S _ > M8 WO 83FJOVON01 Ol 8 31V k18MNV!! N a ' ',±-' 4 '4) NOI1dINJS3O u Q AVM ACIVIMS p p 6 w Nw o pg i a a g a w Z d Z 1 0 0W °- 3 �3 a cavil .0- (%1 N Pi Z U V)U w m r U) Z N - S 1-= w o W a u aw o�-- w F- a m 0 w J a 0 p J U J Z I W N Z 0 1-O 3O U H U II N 0 ZO 3 NO o w w 3 ml„1 p IlLN Lu Z z W pm am 0_ m = W O 3 W w W W O W U)K p J Z H I— S U �v W �o OU o I- z 0 oN No 0 v' W ¢ w 0 o CC W O W Q" O �'1 w Z D_' d ww ww ¢ CC 1..., Z m Z I- z Q 0 a �U 0 a Lu U zg W fA o Ill Z 0 CCo Zg Q J cn m o a mm p d 4' m U ( O p Z W U w Z W J J I�/—� a_ v) o N �. — �0 0 0 UU a° o < w oU IV J— 0� U� X 0 w na z w� 0 J p c� U ( zo o Z I-3 ¢4 w W , f Z (-5 w Y a a� LULLI ill 0 a o 0 0 0 oz o = o © 7 ?0 U 0 w K Z U Z _i W U Y W z w m 0 I-o I-o �o w FJ-.. Z w z oz CLc, °- 1 Q ��¢o W I = y Y eL ¢ U o . w.- w� w 0 \s LL a�o� > > �� �N¢ ��¢ w �ii > pr U< •u� V.N.♦ \ W w< z Z 3 m z� zaW z�w , m a (1-/3 a Z oz _,0 of Z ` N O U)LWiJ WE ¢ w 0 1 0 I 0 l p g 0 w LU 0 a W o w U w - Z I `X W 0 U) 0u. U W(/) QUA) a < a U < U w a3 046 � - N 6o00 0 0 000000 ( o 0 0 3a 1w \ W C U N , I Ii i � 1 Q i WI . W --_ / W \ \\\ \ a a J Tii / // , -, I 4 ! 6 a s o�n uJ a� \ N o J \ / / T © / A v -I gU xw le CD Q O W \ \ 0-,,, 0 a vA W + a w X + a W 0 t0 O � < Y J * �NN UZ , " os sz o >'' yem. 1i,Jry�� .6, w Q So°• f Q a ° • Q CC • o u_ ; O o° W + °g o Q le`;\> It •4 W. O + + + rLJ n L LJ Ile �s� �� NCC Z e. �� o W © 0 N C gUCC W CO © 0 d I Z N Z L0 - U LLI \ / © z X W FS 0 5 o J a LCC 1 Z No, WI W W CC LL0 ' wQOJ Q a x JJs w W Zo © W aN Js Jer o. o Q g Q N I O Z a © ° - � O © c,.:.H J O V W . 0 °` W°;+ w W J Q moj 0oQ\ 0. 0. s� b ''/ 9 /, , co Q� 3 V 6 _ 31wf t �\ r q.�� I 1 _ Q CI X Z a O \ QY i Ow /y� II 1` IL I I cc d p LL oMru U , 0 i �__ ,:k3 z w Q N CL II ° Z nc) p n �- I I I Z a CC I a W W ZZ I I I Q CC0 I 0 0 1 1 A , ,1-.I ; .,11 1,1 JI LuI. i[I1 Ii.j {ii i'1 A[.M ANN..i\..it.I.I A M UFio. II UII/I\'1.nl..i.I IICr.\ 51!1 Z1.90-6g9-90Zfit, o o Z MS DAV -1-13MOd 0 0 0 ,- 3 21186 VAA'aWeag ti Gam, ♦ ,F W Y Y I O SOC a1!ng'1se3 any N15 I.OK � - '"'• N w NV1d >I1VM3 IS N a "`r>` !' F�` o E > M8 k1a 83FJ0\/ONO"1 OJ.8 BAY iri WV!! `g a '° .atl ifs NOIldIl10S30 3150 'ON A3tl a N °a AVM AQV� MS o o . a tO 3 a z l o oEi 18 0 0 0 3 N a Q 7p� in L. N o z n I z N g= = w W a m d O D J !n J Z = W Z V) V)OZ OZ CC Z 0 0] U 0 1 IIS Z Q cc o� o_ � >- ci EfiZ 78 m Lu 1 W W rI Q Z in W o a dao m = W 1 J in-II F VJ 3 z a z o JCel-. �- I- i V En Q 0 H Z a N O N L1.1 o F CC a aw z a_ mw X 2 0 �ct m Z 2 Z ¢ 0 mU zo w o o 0 zn a o �� (1) O- ui w Z U K O z J Q a U U D 0 JO J Z O LLI o w Z �w I w i ! ! ! ��/^1 ! h ! Q co (0 0 I w 0 Ow N a il Z W J J U U U O _J 3 < w W H Z0 CC > Z V o ¢ �Z P Q a o 0 0 Q[r Qz Q = Z © J 3Z J a z U Za a o 4 w cr _ ,-(,), F O H p W 2 U F-' Z O Z c, 0- iv Q OZ w N U 1 0 I • 0 I • Cr = < U 0 J W 0 w~ w \\ C LCL Z f- I• 5- w K,n J co d W J Z • ¢Q 4 Q /R O W �3 nZ VJ U 0 v~i0 U10w cn6W U c O Ul >_ Q pZ p0 O Z/ Q \ ZW a W ?i UI Z I Z�I Z I ci ci 4. Z a J 0 J U J \%CC Z a w 0 1 O I o f g c, w w 0 d Z w o W N W co 0 -,i 0000 0 0000000 0 0 0 3a U C Li_l 1 ,,, , , i I i I l / / v, I L ) I � / c 6 ty 8 [_t ] U 0 U 0.' i a W 1,,,, ;coJ ' 7 z 3 0 o 4) eL < �- �/4-' `/ LAJ L �` 1 1 / �'CD �A,�, sa w 1.5,7 •O po —, lD Q — edit�s� .o �`_ ce 9tfce N ,.�. ,oo, x Q it:�1 • �l it iooc 78 15% Mr.„:. ce o .. . c'nl 010 o o o W28% W , ►I J w w /�► 01 © i'' W s N J a U ZCO z �: 0 CC w 0 l'.6* ,, I`7 x , \` O N r` r Q z V o o8 z W 0z . g Zi L.0 f \ bo x W \N 01 Lc,z // O C) W f-\�K r,lhl1 w Z 1 o •s eW W x Q Q �9�00 �. J © F J J 1I. W J J Li- / i 9 ' , ' ', n', ,/ j 0:)00 ODAN III u i . o• 2, d W 4:1 r 'V4. gso�-'`'J 3 >- }' . 1Z . `., ' s ° /• \ < ,IA•- < <e 3 0_x a0 w Z CC E o 5� \ M� co NCCC N N - 1 x W w baa N O x 8 ` _ - .. CC W J 0 �0� W 11 Z 0 dw CC ©. . ..... .......... .. ..... . . . . . COI) _. .1-1,-,oI''1 "III (ll I.n,,,ur.ld I�U,d:1 in,- A.5 Apmfinnf tt,s\AoM A[!r,l,, II .,U,,,,\7;31.,!.1 t'IOl.\Z `,I'{ � �y d ZllH6 yM6999OZalllooS 'C'Gi,`• 'Wj� I 0 W MS 2AV VO3N3S + aNOWJIVEI Y Y 0: - g SOC aling'lse3 any 4151 OPE .- til NY1d >I- maciIS " °-01 CO A i�' F F- W r N anuli )N9ts9(�WJ ,, a � - w a W ' - -, , w a Y . oA% o m > MS dO 83kUOYONO1 Ol 8 3AV y < v W '4's NOLLdINJS30 31V0 ON' AJU y n °a AVM A YUO MS , } 412 �- < a 5 Z w Z d Z GO 3 in IW^V O O a V I- o 3 p Q II N n z CI zv Nv W N ¢ Z} o W CO p, ` Q S 2 Will I O J a O F W L d CO tai J d J J Z = 1 0= 3 O J U I.J. z o z z E3 N I ,-‘5'-..E D z In In c, z ?� m N" Z O ~O. w� T U Z N O F- O 1 iz OC WO W p z w CO 07 0] = U W VJ a U U a p C o N v=i 0 V) I- W m Wo §a o 3 a Q p F. 1 dW mW Q Z m Z 2 W Z O m d a K a O co W z d U \ Uce o 0 on d W o tk 11) co vi Z U M0 z0 Q Q U p D NQ 1 Zp W 03 p = a�a Cr co `° J 0 O O Z w U w Z W (.,/25a_ J J dN N I 0 Q N Up O U UU ccU O Q U fA oo CW)o a '...© 0 W N Q 1- z J¢ O Q U (7 U U OZ O Z 3 Q W W ~ ZQ Z O /� o Y d ¢(~i: �N w O O o O, O Z O D > W U Q K KZ ZZ o U W Y OW /` Z p Z D J ?i a d N U 0 W m 0- 00 v/� o W �' N N N J W F- Z p Z a O a W U O O O W U /Q� a Zp �` O U U ¢ U O W- W I- W LL Y p z F- 1— F. W R- R--, lY[O J °- - W 0p'. Z F-Q H Cr) I- W a W1-'5 z� z� Zo z Q 00z 0J'o 0J Z g \`.c W Napo o� OU W 0 0-0 0� 0 _ Z 0 N 0, 000 0 0 000000 65 ® 0 0 §a U F . r W o IO x 0 _ U o o Wm - 2 1 I 0)1 I ) 0 I 0 a I1 ' I dw O �5� v vNi� 1 I CD NNS a > Z M \ O �5q J LCx Q a mss) L � �W\ l'..."°C'f---If Q 6 33 O ‘-'j' \ 1 ' U em I 3 pq / • Y z ow. S �® • 9� 10 q^ . '� hrsD°°° yo © c1 ,AS m�o ,o' • ID "4' W 0 Ee.9 N ,l'6 / Z CN I 1 I- 'd- N Z O U W I z o _i _ >QZ o[_ 0Z1>Wri) o w I P-13CL. co I X U Q N Q w Z � fr N NO Q W N N - r � • . 's�w0 • ./ de0� /b Q o °�xJ Z oto D°D O CI •:0'1'A __ U ¢ W ILfin I 7 \ .._ L, , 0 ' ip,i't \ I 4 l O J I CO II 3 / cvce N / _ .„9 ti WW itsi N ce CC W iu 0 CC CO III_ J (1) oI oZ �X _ �0 1 � �W J 0I- 0 1-->< �� __ D � W N 0 1 00 I ICo „iI/,L L'91-'1,-, ^II J "Il,i 11 -n14':u1pJ I.!AJ Jin rM nrr',Uu. JVLM A[)0 II ,:IAPI 1 I.,;I I VI, _ 'Pi ZI.90-6S9-90Z •1; `�Y 5 O 1-- MS g/\V QNI� U U U g ZLL96 VM 0111.05 -4)- �•' <9 \ d �)IC Y ° o SO£0y0g'1se3 env 4191 04E - '.0 '-r) '- W NV- c1 >11t1MgaIS W y \r= a \ U) ) K M,'r t` I ,. Al F r 1- w .— (V th1(MiO N91S3a on 7k `,~: 7 o w x w w ° 1Pa. o,45, m M8 a 88kl0VON01 01 8 SAV k9NWVkl ' �) NOI1dINJS30 31V0 ON'A3O 1 MS oN G " a a vii Q AVM Add�'� o .s, o ti o cl o 0 g! < m Q d Z Z Z Q w x ax N 2 I V7 ,p' 18 0 0 0 S LL o~ a o w u(%j v) z (~i1 � 1-= w o W a m 0, c 0, J� z a o M0 30 (5 1 ro v 0 �o N Iaf 0 3 0O O w w °�r� © 1 6. Nv Z Q ~O Wcc co !n U Z N= , �� W o z w om am m Z �O 3 U Lr)-1 cn w (n Li, <Q0 LU z ao o a c, cc d W KO K W O O W- d O �;N� -1 I . mW a CY 2 F. Z m Z J w ¢ m as o'a o m W z d Uce o U o� a W' -0, CO c,„ Z U �U h a !! li. itI d g LL Ow z W N a �-0 (-1U O O Q a O `� Z d Wo , se W a H Z D U U U O O I-(n a W co N Z 1- a w �Q w¢ w z U Z 3 T NN a z� /� W J a I-- <(n 0(n o d O o O p� pz U l �S, 2 J > �� �J O a w ¢z ?z U >_ LU O U 1 w W 0/� r Q ZZ LL CL O i_ N 16?N V N J Z W H Z O LLI O d 0- I- (0 Rd, Q V J � W 33v o v o ~o No ~a z o n o Q oZ o iJ s hq° c ' \c Jz CC w o o w r U OE W a W Z ?� m z Z Z d , M d Z d Z J J J Z '�� C'to w- a w O I 0 1 0 0 1 0 g o w W O 0_ w 0 w w o, W ()ay.,o O O d Uw vW n U n a a o a U a /1� o 0 3 0 °O° 4°Pz \, (� U 000 ® O 000000 ( 0 0 0 �< \-000,,,;,,,✓ opo Ng0 . Z ' off J O '9 X S 4.- �. •U 0_ -1111111, 5L›-j< 9 n 0 0- M 0, 00 Cv J GI 1 U MON c, .,... Do 0 0cr_i Ai. 441 a � °� �� } ofOD .� / o ,..9 N./ O vs, '• I 1. 1 CC ( 1 CC W Z ._ - ! 0� 'c-) o po. :. 00 ,y=• CC I \ .000009:0001001001 J\*, 000 wI = f� X .3( ( Z W / oz z� w wo g" U0 00 Lu W Z Z Ji z PO N 0_ W a H a v) cL N J U Z a. O I-- °2f W z I I o z w / / �'r N "S'9 „,/ m W ��I 9 W a W ` < U .4.°0°.•.. cc LL kZZ •.0'0°0°•* '83 I ) w zcr O " J s< x 1 ^° 0 Z J w Z4,4 „..,,.._ .')/ 4-‘4>'.9 a ; O 0, A� O \ �� s u �f N Et d M/b 40 9g h co Q 5 O is z Z O ♦illy 66q° Q J 4, - '3'...). /\ /// / 0 w r r, I I \ ,,.,,,%pop: No,p, lC) , . 4.1 :"6,1 \ 0 + \\\ ,,,,,,, o. CL 4 J d X c 11.4 afl.- � � � / J 7.0 C)Wp CO CC f L17 d lfl '.° • Q N _ N a s'� N JCL Lu CC U l- a)Co v / a .N CO fcv WfM 6' 1/ 'N I• CI • Cr cc l zL I I o ( / U W KI (1) „,Ill! 4'�I-1.j- dl�'�J dIW II In,p s,Sal� Iway.{iiia .0 Apnifl\s 'Id\ASM Apar Ilr Sc sonvl\'1"'n l.�irl t Ips.\Z a1�1 ZD90-659-90Z `: a,� N °on W MS end g1db'W 0 U U d g Z1196 VM'allleaS ,�h. !� Y Y MO a- SOE alms 7se3 and 419E ObE -::'� \ ,- w NV—Id >I1YM2 IS 4 4 a 10 11 L, 41i' r'a Q F I- H w l ' N dfO?JD NJi59Q W J r+t viz" ' .. w a �'11,`` o z M8 F!O 83k OYONO I Ol 8 3AV " a LI 1- w 'c6J 1G° NOI1d19J530 3180 'ON'A39 n a° AVM Aavuo MS `A 'A 5 A 5 o p-_, 8 oz 1 � c,o u' o w I N a a u I t 013 CO J m_ U 1`% I � Z L J to�O x W N O J. Li ��d W H Z O f~/1 (xn m i 0 W d O O N i 1= z Z ,, 3 �r• J o l c I- co 0_12-NPErl C p Q s i O O U O (� o w W ,- 4*✓`ao �3 z z = •000. 4,),N,„„...........-1 © i U o `o ; • ' ° oo ! 6pZ cc0 wa , CO Z 0_ CO U 0000.O z d O 0_ oo. h _ H H I R U X` ,�PrJti li O Z W • o C z i O) OCO ® a o �8 2o w u) O N U Z z O No w > VU w o O�,;1 g= 1—= II ~O O J 0 J Z x _- Q Q < O O �1 �0 3o w W 3 Q W H W Cr)_ 0 41 0 m T O !n I/, d n d J _ rI W a U Q" ~ o U L w Q O'p p U O a w m W ¢ - a CD 0m o_a CC°- o m z K Ll m U V U LUU. Z— Z Q Z Z J F- N Z U �o zo il Q < 0 0O0 x o Z c, co 0 w U w 0 Z W 0 _I d L -_l U U W O Q Q O U U0 I-- L 6 F W U 41 /` Li F 0 W Q rr s- Z- Jz o O o_ U r ) //�/I.._..� p J O J W t J W Qci_— Z. O y Ir w N W cc 7 - V O V O V O LFI ~ ZZ U w _. W O I O I Y = I Y CC O Q S' 2 117 N J W J a F- U > H H Q -Q w O' W o o Cr)o cn o 3 cn 0 3 0 D > - ,6'6 1) 3 LU z 1 z W z W M a Z o z coil cc OUc_ OOc En OU 1. o_ 0 cy ce cO ° 5a 1_1 L.L.^ 0 0 0 0 0 O O O O O O C /I _:_ z Q 6 1lN ,03 - , y% 0111:. nm000. , �9, 4 0%• p w :' o• g � v CL z a .. s. O O x w .ono. •000 �n. °^ � am � Q COli) scs / W N H z J L a_x p ♦— �� �_L_ o w z U w a. m W Q o �N 1.5% Z Q ` \ Q ' I N o Vi w Q J CC wn I� m W 0 8a 0 Z Q II CEo � Q PEI Jz !1 �z Z Y Zr W JU C9Q Lo w -, 1 c..) ...-�� "?x fA 1— Z W(n W w r .111 N W o wC W cn Q cn o 0_ 0 � _ 0 CI Q I I 0 i , •u•,,ic,, .1-Vi Lv .liil X1,1 JI ml•--ril'Id J I'd.lii•l n1M Air,\y \\AM iii.-; ,Oi)bl\••1••-•''',1 tlllt\Z All z..... ....___-...-. .-.._ ,.�..__� 4 Yrr..r- Yi.mt•1 IMENIMMINIMI (Vr YllrOi 1111111r IIIMIIIIIii NI- zlso sss soz #‘1,` o 0 Z } } 0 a 1.96 VM alOeaS .b .. <.•l \ 0 U �7 �.l IL Y U N Q SOC OKIS 1Se3 any 9151 06£ •,'.o N r- N S I i V 1aQ ,w �ff'4 W 4, ' 4,— F F- F r N afOID jai. is1ct W: r '' w a Ww w w Its Nollditl]530 31 VD 'ON'h3tl u m MS l�C7 8OVO 01 01 8 BAY N a H Q AVM AaVHO MS o o ., o , O- N N P N I wI CO \� U, Z = Li O_ , w aJ 1 \ CO 03 0 Q i K 0 J v 3 3 c > o o p Q N _m� o o moo +_ W Q 0 N0 w w v'0< 0 Q J I- O 0}_ O O J a 1 >(X Q 1-^ W Z g ) c,W W a (\��� z a> aN OU O W CO N 1- \ W M 4 0 H CC cc a LU 0 cc p w \"; 00 .. NxS Vl m Z >. oCC awl N Jz L ♦ o. I.D 0 J U X CO W X d W ~Y W C a LA M o va N c N J O V \Q�Z_ 0 O �W Q ai- ° a 1 �d Z_ N 0 a_ 0.. c1 T N��U Lt O M 0L,` aQ CCQ Z Q� 0 M N 0 1i < w o co U D m op ',9wo 0 t. ZZ 0 ao >i a La Z N 0 0 0 L.0 w0 D X g Z a a 0 w a n ° Q a0 Q WI- a Q Cr D Cr Q ONI N U Z 5 Z N Oa Q V J w V _z 0HOa a S Jp > J J 0 L < 0 Q O 0 1-JAO 0 5 V)CO S a x Q x 0 M N=cr 0 W~W 0 W w w Q O a O RaQ 0Nao w W ¢ co ir CD g N=om wci) M _ =v o �v g o W �" Z Sit -- -- -- H_ Co WZw\ z C 2 !1 •N o X J E d'Z > 0 i \O W aW0Q 1� O 1 =L z Yz N co Q EnQ 0o Q _ Zo W- w Q �ooLi W CD 0_ w c,W X CDD w WI W ---- 1-V7 tj�,=,La �y J V , `J _gip ON Q N W ix w aJzo- V11=O 0 Z �f >- a a W Q O O Qty �l z Q O p 0 La 0 dLa La} 1- 0 0 a p N 3 1- 0z-N M Q w Z V O I— x o cT GTE J U W w (P z 0 1Z--Z Vwi Z U1Nom O d Z c a J Z Q W Q V) W 0- o z 1I x I- 0 a w mZFJ o 0 ZO m�'S >- 5 r O ~>Z Val CO C 0 I— ga_0 > MM n o > Cc Z O W x Q O co a CL 0 OV)d O LJiz x OOU Q= Z M co 0 W Q =s J W LLii 0 Q Z a (11 a= Q 114:t 4ttf c . 14 114141116 IA LT_ CV Valk 1:10Piv, Q3 MIll Q CL rW Zpt W ke kl.%I 04. �•4�'�,r•r O. O. kik 0 Q X=N 0 a 0 Wt Q� 00 V1 CC Na JOr 0 S ICO - \J O x 0 a 0 Z Na N F-f'Q 0 M I a\Z Q J p Z 0 a 0 M J co (.I Q 6Q3 r = .- -it L4-_' -I—qci—';fl "IJ I I1l Lxlr slioA.1 1M•I', \ 1\AM AI1 tCl\1"I"Ad 610\7 =,1 29E-9ZZ-90Z t h I- /��./ �7�,,/ �1�,.,/ U 0 0 Q 1 ZL£96 WA'dnlleAnd ' O O z MS 3/\V 1 V QS3N V O O 1.0Z-H al!nS'3S anuany y16 ZOOL ::yll�y� N 0 W I 0 U W Nb'1d SNOT LYNRAI -JBl dNb' In CA O 011`5UIJaaUl5ll3 yI� i•k ` > a p 'ea-InaaHos '!'�Niauw 1b'NOIS ' n N sa/dnoo ydasor o m MB a0 890YON01018 MAY taVfV - u •*41)y NOI14I20530 3100 ON A321 y N9 AVM AaVuo MS LA 'A 6 o w usi o Z rn P, IU IQ Ca w x a a J I W w 0 0 ] m m CO J J + m0 a a a o ag a a a w w a o c.,) (f) Cl-W Z Z w J U z U)a' N d- l0 J J O0 I- CU -13-Uo a s s a a o N 0 0 oz N 1/ Qx o' vv)i U)i I = .1- Z W v v) _ z �a� w o w o w o N e o3 w J m V) V)U U ¢ wzz K N 0 0 0 0 0 0 UO ZO Z n O Z < a q w O cv I I w w F w w I v= ' oU m z 1111111111 CC 1-w ¢ o Z _ al (n zwo W _c¢� m 3 m 3 m m 3 m 3 oa 0 CC J (/7 =Jazzc¢� airs — Na3 z o'z_ o o ' Has W V I-- 0_In LD l~-1 l~-1 l~-1 U 0_5 = rn F- 0 0 5 a O O 1- w m O Z > > > < =0ZUJ _I Z vaw o �a 0 z 0 1 I--I ' "" P P R --. Jzow0O ¢CO w� �Z� L w _, O a 0 -, 3 0 0 0 3 av~z=m Uma m z�0 w - U)00 z 0 z Z w v (� u w =x3 a z¢z o w z J 0 o� 0 z 0 v z z .wow, QU¢ U UF-¢ 0 a_Jw I- w D CC X w w m S�� w I- N UI UI n §ZZ m z z o ¢ oaz Jwo 0 0 w a_R- = 1=- _ z_ Naz = U F-o_ U U U N N N OW� O X X J D a U U.UI a F- N 2 a N N N N a W W �+ \ 0G/dU/4+/�Cv/ a0ZEL0 O~�Z N CO O \\``N w~U 0 U w U=W N n N Z Q<K N Zw Hi �. OlOUJO =aoz .. ZF-UKOZ F-OW O O U 7 i rn C Z L 3300 O O 0 k 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D et z D ce cr a cr ce ce rx cc ax ax ce ce a ¢F 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 O D W oF-= o o o o o o o o o o o o o 0 o z 0 03z 60,v) F- F- F- F- 1- F- F- F- 1- 1- 1- I- H I- I- C) (7)El cO 6 -O CD (/) 3S1Hd N N 0 l0 d N N n n St N N CO CO dt Z 00. , D CD • Z (H1f1WIZV) m N N 0 0 c ON 0o O C.•2 0 N N• 01 O II Z Q H NOLLVOOI F- a 0 Q D 'ON 310d - N M < •f In N O N a, 01 O • N N d Q N 'ON Odd N n <ra coN ro 0 0 - N n a a, 0 — 0 O 0 0 z • r. 0 0 , 41 W N N XaCN U .S. x.1.1 w CO /1 C CD © f n J .� z gm: (NI 0 0 0 U N N Iy * m 4 W w •z:1- 0 0 0 Mj U .4- N SOZ X3 lS • 11 t] z S3Z M3N �■ 0 00 0 U W Cl) 0 0 w c 0 0 z 0 0 U- 0 z 0 0 H- .4 0 Q �'�' ' MS 3AV 37VOS3>1b'0 o m3 0 00ON W N 0 -I 1 Naig Q W z r ‘111 ® 0 0 a k W 8 Q 1111.1 m 3 Q C'i71 M • .. Cl)MN 8 VJ a W CD o © Q U) 0 (n cn a N N a LI a U) Q U 0 0 >- Ch 8 ID Q T z 0 Q 1 I Cl) CL N ro d- a- e a a ,,,Ac ._,I_.1-SYI 'IN .VI .11 I,MI I i.. ..111,1 M AI,,,,,,- IJ\AUM AP, Ilnyopnl I.»d tlo..\7 ^I'.1 139£Z-9ZZ-90Z 10 1- U 0 () Y 1 aces vm'dnpe6ndI' •4 o 0 W MS 3AV 11AMOd �Z-H al!nS'3S anuany y116 ZOOl ' , - � N - N NV—Id SNOIlb'NIW�I21 CINY N ) O �» 6u�aaau�5u3 „rr Q p `salnaaHas 'ONialM -IVNOIS N sa/dno� ydaso� _ > M8 da s�VON01 of s BAY o w N w < v {'f >f+� NOI1dILJ530 31V0 ON'A3tl o N °a AVM ACV! MS o a It Z0 u0 A N ...g X J 7C W I I I W o' aWY( W d2D + m 00 LAJ 0 0 O CO D 0 D U 0-W m m 0 0 CuZ NZ �m a 0_ W w I T O UO 0_ d Z Z NH N H N J J O 3 O W N 11 J z W O 4 8 0 00 ¢ Q m r J Pa U U U Z v w�3 cca0 U) v~ o o N I CU H Z HHO N N UD UJ O 0' J N N N N 0 N I V=1 W zZW U D U 9 6 �¢ O J U C CuF 3U J 0mZ U7 0 U H z z -W Hz U J WIPP ((�� m 0 1 ) W H ¢m J W z La JU a1I IP' N N (D K W Z M Q 0 xJZZU ¢xln �_ =H~ L coQO Hm xU) In¢3 m 3 m m 3 tt y W�o a O J a /` H '5 H W UO_�x uj0~ U W W -J Cu •J J H . D . OC�ZWH Ja0 ~ DO� w a CL Z U Z w '" R R R -" Z W O Q W H J 0 O 0_ z woo-c:,_ 7 > l i Z Z Z JHO 0 Z Q¢W O W Jw O z I- - R) D D D ) 0I- m0 m HZ� -' iz 0_ . ZO Z U U U Z NwOWd ZU¢ Q zx0 , N) �ZZ m Z Z O ix Z . U X X X JWN0� 00x U 0H¢ x 0N00 z P N z V) W W W mx MW IDHU Ox1 O 0-_ x U H O D:Z J W O J W V) 0_ W W 3 W (n¢zJ1 UD0- csiU O N a H N Z Q U U U �I _ IIII D mHZv)O O~W In N U N N 0 M 1 ® C O `Yp Z �I ^ ^ / 0'��0� OJo�J N N \ 4) GV�VI�\��}J�(`n Z d _ I I-W U U W U w W N (0 `" CK W z o H N z W~Ix- ,\ HWZdZ3 W<0' 00 O x O W O W x¢a z z1-O W OZ I-1n.L.o C O U 7 i z W ?O O N J O '' 0 0 0 0 0 0 C] C] C] C] C] C] Cl Cl 0 C - D 0_Z D 0_ 0 0 0 0 0 0 0 0 0_ 0 0_ 0_ 0_ 0_ O 0i z m a a a a a a a a ¢ a a ¢ ¢ ¢ ¢ -i ¢0� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 a 0 )I 0,--z 0 0 0 H 0 0 0 0 H 0 0 0 0 0 0 Z = Z W H H H H H H H H H H H H H H H x Oii L) 03 E. x 0 _ (n N N to to 5 < a N N ,0 ,0 N N IO (0 Z d 10 ) 35VHd O 11 N Z (H1hrav) ONN0NNS) 0Wm 0Z F- NOIV001 N N Q 0 Z D m Q D -ON 310d - N M a 7 In O) cO N m 0, o_ - N_ N _� a- Q O - N '- 'ON Bdd ._ N n a 10 m N co m 0 7 N n 4 ¢0 0 0 U U Z • w r 0 0 a) N In o W N CD w Z m m CN a. a X o vi ad N 0 <1,__ /// 0 MN 8 N CO m N N Zw . . N 0 0 �—. nm zo ili7 F4110 4 s 71--------- .. — Al 0U w U) W z 0 O 0 0 0 0 N w Z 0 0 0 0 411.11 Q LI N MS SAV 113MOdN C X Li b C Co ® > 0 J U >- J Lu W 35U om >-- ^ H 0 Ln 0 Q e Cfl `Doo IX CE a1.1- co o 0- Q 0_V) In W O (n U 10 Q Wa N Z } LLJ Q > O u_ W Ww1 0 ox _ I } N Ia 0 s e a s o CC 0 W • ,(Inti- I j SU sIi\1 dlll IJI i,ml t i 1)'A. A[.( AVIA\:.- ADM(p,) II .'.n(Vl\ AaHAl PLA,\.i 'I'.1 ate..__ ...r • rrr.Y .......11 ....... a5ez szz sz ZL86 HM'dnipAnd 1� ' N o MS B/ baNI-1 0 00 d lOZ-H al!nS'Ds anuany y16ZOO 1 , M0 W •.1- W —NYd SNOl7NIW -31 CINv0 fi X17`fiulJaaulBu3lk, �,F _ S�1f1aaHbS bNkJIM 'lb'NbIS N saldnoo ydesor E nn8 a0 8 10`dON01 01 8 BAY 1�lravd `.L' N w av 1 '' NOI1dIN)000 3100 ON 030' u N Q AVM 1 a4/l_Y1 MS Lo 0 0 0 N .-. U Q Fa N Ci g Q X W w OO Jl I I W I w 02 18 0_ + m0m m m 0Z o N ( aw a a CI. of x J U z CO a a - NI- CO N d CC) 3 (OV Or e 4 e 000 0 z !IIzWo la r0 U W J Z. OO 0 Ow = V J w U U W U IQ wtr3 N W O M O LU O Om 0 w RJ N 1-,---- Z H H o Z 3 O U o 0 0 0 3 U w J N Nx Li Q N N ¢x�z� xwr ~ �mQz V V r r z co!z ¢ x \ = UQ Oz nri JOx 1laIr•'1'!•'!•l OO r m O 1 J O W U m � z wv Jw - a3 m co o ww CC SA /) 1-mZZU =H0 xMw w o z 0 � a 0 o JF- a F. I- r WUarU= UHcn C �ZU W - N0 Z U Z ' I- 1,-1 J0 0ZN_Iw zZr. > > j . DO w - a w '- 5 H. g q q H _,H0w0 mL� z Qzw J a ce w 3 0 0 0 3 -,E Uzo Co— ��m r 3Zz m z z o ''-' W U U U W ,„I>7 zQQ Q 0 Li zm0 w ar3 x p H �j Uz z Oja U 0 Ura asy 0°r< C) C) ( 0_ X w w JwNO3 O¢Ox !- LU C) a w ,7111 <' HDZ Jw0 to U7 U U z w N r K 0 0 \ V1Q Jx Uma cn 0) a' ® �`. NUCQr N2¢ N 0 N 0 , CO O O a Q N N N N \ N z‹< a aIc ozQ ��8i z, a 1 z O U N w 0 w 8 ® CO O �Zogw zw~I- LL, LUZaZ3 wf o- U oxowow x<oz °' z H o m o z F C 4.0 C O w U 2 i W .00 C 3 00 O 0 0 z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F-0 wzzo a a' a a a a o' a s o' a � � m o- 0 1-0 a0om a a a a ` ` a - ( a ¢ a a a a F 3 3 3 3 3 3 3 3 3 3 3 3 3 3 O i CO W 0. m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z COS zO wgN r r r r r r r r r r r r r r r x U (7)o EI ti cc J -o LU 3SVHd N N CO CO e N N n n 7 N N CO CO d' Z \ 0 z (NOLNO V) ' N N m O N N to O GO OOi O O rn p = O r CO CO 0 NOIlVOOI r Q Z 0 CO Q < EL 0 'ON 310d - N n 1- a al m co N co m 0 .- N N 2 a Lc) Q O N 'ON add N n e LO O N m m 0 '- N n a tO ¢0 c0i o N O X w U CD Z_ W d' W ^ N CD m a 11Na e ro el NU U CL • 000 ww 03 CD II=1 `x x a n CO y a a V In 0 U U N N N ■III� • X X Z w 0 46 0 a * w Lu N © 00 st UJ 0 0 0 0 0 Z 0 0 V) (/) O U U N N Z A A W W O ~CC II alit. - MS AAV GNl1 O mir, I o [_[ i i 0 �_ �1] n N 4 . la, a r d Q v n m 3 a s 0 0 m N N 41 �\ / ` 3 X w (1\"1 E `O m e a EL M C H1 • iii. 0:/ 8 VLSI rc1 © (n W �s.� —P Egi ©44 aQ > V 'a 0 0 0 Z O' J m a a 0 <1.—) Q 0 co N- 00 Q e 6 9 9 Q 4 C) T X �1� Z w 0 r � 1 co CL C>1 M ,1- 4 a e 4 e cJ I:I h,, A-,i•J ;lir :"1,,) 1,'I q ,.{ Ibi, J,,I1 rum AF,n,,\i,,,\Arm Apr, Ilf,',,., oot,\ "....I,,,-\Z ,i,, 1•ilsimmr 11lorromi IIIWr1 ellillieli 0.001110 MOON" IIMMIli , 99EZ-9ZZ-90Z In i F- 0 0 0 ,:h i z2036 vm•dnlieAnd - •' c.()j 0. z S BAV EIDINIVId -3 .- I 0 La I LOZ-H WS'39 enuemi 416 ZOOL 7, ri * 2 to NY1d SNOIJ-VNIVNIEBJ- CINV 01 0 0 On‘thiliaaUIBUg 4,1;,k., : - w P 'sainciaHos 'ONIHIM 1VNOIS i - CV CJ h" t 41 sag/no° ydasor N-&..4411V:' ; g > 3\321 ,T. a c,i) AA8 WO 881:10VON01 01s NOLIAINDS30 31VO 'ON RAY EIBINP>bl AVM ACIVUO MS _CO p-, .4.. 10 2 „, i i., 0 ED 1— D 0 z 0 1 z CA I- (0) 6 z L 0 0 0 Z 1 < E < Cli 0 < 0 tkb 0_, D 0 co 0 IX LI En< u_ 0 _3 0 Z CC Z 4 Z X IY 1 D _0 0 0 j LJ 6 g:>) z 0 0 0 -, LJ D 0 I= < • 2 cc fin-(6-u 0 Z _J 0 0 ty 0 Z 111 ° D CO 0 (9 z I.L1 a-P i I= E - \*%;,,.• C .. c, ..... 0 0(I) . 0 0 -o a> > 0 a a < < 0 (-) CD z _ CD IX Z ro c\I 0_ d- (NJ = 0 MS 3AV 83INIVd 0 -----. w V) -1- --..,... w Z w >- 0 Z >- n 0 < I-- fY 0 < . ,-, ..1- W 0 0 LI > < Ir LLI Z in co r-, DO < +3 4 4 4 < CC + ( . L., ...,_ C\I . ! < >-• 0 < CC CO - Imammisio. IIIIIII.01.111 1010111•10.1. IMENIMME IMMO." iiiiiillit CORRESPONDENCE SECTION ADMINISTRATIVE SERVICES DEPT pIso city of City Clerk Office Q �O M E M O R A N D U M DATE: 3/2/2015 TO: Doug Jacobson, Deputy-PW FROM: ,)Sandi Weir, Records Management Specialist SUBJECT: CAG-14-151— Lakeside Industries, Inc—SW Grady Way Overlay Project The attached document has been fully executed is being returned to you. The City Clerk has retained an original for the file. Thank you! Attachment Contract Number: Contract (assigned by City Clerk) Select Type: ® Contract/Agr. ❑ Permit ❑ Lease ❑ Adden/Change Order Contract Type: (assigned by City Clerk) Staff Name: Doug Jacobson, Deputy Public Works Administrator Extension: 7242 Department/Division:PW Transportation EDEN Queue: 05/003p Addenda/CO#: to City Clerk's CAG#: 14-042 (if applicable) Expiration Date: tz 13 t 2vZn Contract Class: ❑ Receivable ® Payable ❑ Grant E] Misc. (no$) Contract Solicitation Method: Contractor Name: P" Lakeside Industries, Inc Formal Call for Bid(CFB)Advertised via Ci Clerk _4 Short Description: CITY OF RENTO Full or Additional FEB 2 ?015Description: SW Grady Way Overlay Project ® Legal Review(attach memorandum from City Attorney) RECEIVEDCITY CLERK'S OFFICE ® Risk Management review for insurance(attach memorandum from Risk Management) ® Insurance certificate and/or policy(attach original) \.T q W( 1-,y k5 ❑ Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) ® Performance bond and verification memo from staff(for Public Works type of contracts$35k&over only) ® Federal excluded parties list verification (Attach printout of search results from Website: www.sam.gov/portal/public/SAM) ® Active business license and Accounts payable W-9 vendor form? (obtain if not already on file with Finance Dept.) ® Yes ❑ No Submitted contracts are signed by contractor? If"No" provide explanation here: Fiscal Impact to City: ® Expenditure OR ❑ Revenue Amount Budgeted: (line item;see below*):$932,073 Amount of Attached (including tax) $ 847,339 per year for 1 years=Total Amount of Attached $ 847,339 Prior Council approval via agenda bill process required if: (see policy 250-02) ® Contract or addendum is$100k or over(non-Public Works)or$150k or over(Public Works). ❑ Budget adjustment or fund transfer is necessary. ❑ Interlocal Agreement(most Interlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: NOTE: Mayor signs for the City,except that the Department Head may sign contracts: Under$35,000 when for non-Public Works&Small Public Works Roster(SWR); (if applicable) (If applicable) Under$40,000 when for Public Works single craft -non-SWR;and Under$65,000 when for Public Works multi-craft non SWR ly EXCEPT:Change Orders to PW contracts in any amount can be signed by Project Mgr IF Jan 1Z, 2015 within budget AND under Administrator's authorization. Key words for City Clerk's electronic card file: r7' SW Grady Way Overlay Project, Lakeside Industries, Inc. tlttttlthl Revised 10/25/2013 fir0 Now— PUBLIC WORKS DEPARTMENTp ^Ct�trof�O� ., M E M O R A N D U M DATE: February 24, 2015 CITY OFRENTON TO: Jason Seth, City Clerk FROM: Joey Harnden, Administrative Secretary I FEB 2 4 2015 SUBJECT: CAG-14-042 Construction Bond Verification RECEIVED CITY CLERK'S OFFICE At 4:35 pm today, I spoke with a representative of Parker, Smith & Feek and she confirmed that they issued Bond No. 106215945 in the amount of$847,338.50 for Lakeside Industries, Inc. for the SW Grady Way Overlay project. h:\division.s\transpor.tat\deputy administrator\southwest grady way overlay project\bond verification memo-sw grady way overlay.doc rr t rr4 CITY ATTORNEY ",`/ M E M O R A N D UM DATE: February 23, 2015 ^� TO: Bob M. Hanson, Public Works,Transportation Design Engineer Supervisor FROM: Garmon Newsom II, Senior Assistant City Attorney A` SUBJECT: SW Grady Way Overlay Project,CAG 14-042 rr Hi Bob, As This agreement is approved as to legal form. d HUMAN RESOURCES 0_c�tyof�O� � AND RISK MANAGEMENT M E M O R A N D U M sm DATE: February 17, 2015 TO: Josef(Joey) Harnden,Administrative Secretary I Public Works Department Transportation Division FROM: Gary B. Lamb, Risk Manager SUBJECT: Insurance Review/Lakeside Industries, Inc. PROJECT: SW Grady Way Overlay Project. I have reviewed the certificate of insurance for the above-mentioned entity. The insurance certificate meets the city's risk management requirements. rr .rr c:\users\harnden\appdata\local\microsoft\windows\temporary internet files\content.outlook\bxnod4sa\lakeside industries harden 2015.doc System for Award Management Page 1 of 1 4r° USER NAME PASSWORD Foroot UsMT+amn? Fbr"Passwexd? Cr aro a__yn Account LAKESIDE INDUSTRIES,INC. 6505 226TH PE SE STE 200 Entity Dashboard DUNS: 058352022 CAGE Code: 05ZW8 ISSAQUAH,WA,48027-8905, _ Status:Active UNITED STATES Expiration Date:05/0712015 Entity Overview Purpose of Registration:All Awards Entity Record Entity Overview Core Data ASsertion Entity Information Reps&Certs Name:LAKESIDE INDUSTRIES,INC. Business Type:Business or Organization POCS POC Name:Doug Stillgebauer Registration Status:Active Reports Activation Date:05/07/2014 Expiration Date:05/07/2015 Service Contract Report BioPreferred Report Exclusions Active Exclusions Exclusions Active Exclusion Records?No Inactive Exclusions Excluded Family Members RETURN TO SFARCH SAM I system for Award Management 1.0 IBM vl.P.24.20150116-1831 Note to all Users:This is a Federal Government computer system.Use of this WWW 3 ® LaCft��t�OV system constitutes consent to monitoring at all times. https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC... 02/17/2015 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS, Farmington Cast `Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227961 Certificate No. 005898096 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company.St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Michael J.Herrod,Wendy W.Stuckey,Margaret Buboltz,Lisa A.Ward,Donna L.Williams,Jennifer Copeland,David Wiahtman,and Stephenie Whittington of the City of Houston State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 9th day of May 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G�SU� TY yFtRE 6 bn ,,N �N,g NSU`'4 c tY ANO SIfR TY ren(T .y,, G P�.1.......A9"- J• S 11� Ry I4_ O?O?'P.'Y L •�O 4 �P yk QO.FPOR � �t•J' "'4(,'_ �9 Gy S[� y��0� "'YJ 1�i n wCORFCRAIED m �: eFmW:�oavoRgrF.�c a HARTFORD, < �'FrtRTFO�rS SEAL,o} SEAL•` i We CONN. 01 State rya Ww+ B 1896 N' ��R:„n�E s M»�! �+�.'w...*a of •.�� . '�'�� '�t'1 State of Connecticut By: City of Hartford ss. Robert L.Raney..enior Vice Presideut On this the 9th day of May 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company•and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. ' P My Commission expires the 30th day of June,2016. AG * Marie C.Tetreault,Notary Public �s 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNINr:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RFD BORDER `:,'• - This Power of Attorney is granted under and by Aority of the following resolutions adopted by the Boar erectors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity andWaranty Insurance Underwriters, Inc.,St. Paul Fire and llr e Insurance Company,St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this_j Dtya ofl�V►t t be;1 20 Kevin E.Hughes,Assistant Sec tary 00�)vl*_ OFAcSERL'3:d 1q� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.coni.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Denis Law Mayor City Of �Sy ' e City Clerk -Jason A.Seth,CMC January 27, 2015 Tesi Vaara Cemex P.O. Box 2037 Everett, WA 98213 RE: Grady Way Pavement Preservation Project; CAG-14-042 Dear Ms . Vaara: Per your request, I have enclosed your Proposal Bid Bond submitted by your company for the above-referenced project. Sincerely, s ity Clerk Enc: Proposal Bid Bond cc: Douglas Jacobson, PW-Transportation 1055 South Grady Way•Renton,Washington 98057• (425)430-6510/Fax(425)430-6516•rentonwa.gov Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor] CEMEX Construction Materials Pacific,LLC of[address] 20700 44th Ave.W,Suite 240,Lynnwood,WA 98036 as Principal, and[Surety] Travelers Casualty and Surety Company of America a corporation duly organized underthe laws of the State of CT and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,Jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein Is herewith submitting his/her or its sealed proposal for the following highway construction,to wit: SW Grady Way Overlay Project,Federal Aid Number:STPUL-1288(004),Project#CAG-14-042 said bid and proposal,by reference thereto,being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and If said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 10th day of December 2014 CEMEX Construction Materials Pacific,LLC Travelers Casualty and Surety Company of America [Principal] [Surety] 9/J moi+...— A gnature ofaufhorized official] [SignaNrA of authorl of fall Jelin Ross - i iStrict Vianager By: (Title) [Attorney-in-Fact] Lisa A.Ward J��,on Ma f , One Tower Square Ol�� [Address] 00 .Q Hartford,CT 06183 W SEAL 860-277-0111 [Telephone Number] `M01 Cynthia Moya From: Jason Seth Sent: Monday, January 26, 2015 9:09 AM To: Cynthia Moya Subject: FW: Grady Way bid bond Please return her bid bond. Let me know if you have questions. -Jason Jason Seth, CMC City Clerk iseth@rentonwa.gov 425-430-6502 From: Teresa J Vaara [mailto:teresaj.vaaraCcemex.com] Sent: Wednesday, January 21, 2015 10:19 AM To: Jason Seth Subject: Grady Way bid bond Please return our bid bond to my attention. Thank you. C nl=-X Tesi Vaara Construction Contracts Admin Manager-WA and OR CEMEX Construction Materials Pacific LLC-United States of America Office: 425-673-6814 Fax:425-673-6849 Mobile:425-754-9382 Mailing Address:PO Box 2037 Everett,WA. 98213 Physical Address:20700 44th Ave W Suite 240 Lynnwood,WA. 98036 Email:teresai.vaar�x.con2 W vvw.cemextrsa.com Please consider the environment before printing this email This email message and any attachments are for the sole use of the intended recipient(s) and contain confidential and/or privileged information. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply email and destroy all copies of the original message and any attachments. Thank you. C ..� Denis oLdw City Of �y *4000 . . ® �� �o� momN City Clerk -Jason A.Seth,CMC January 30, 2015 Lakeside Industries 18808 SE 257th Street Covington, WA 98042 RE: Grady Way Pavement Preservation Project; CAG-14-042 Federal Aid No.STPIL-1288(004) To Whom it May Concern: At its regular meeting of January 12, 2015, the Renton City Council accepted your bid for the above- referenced project in the amount of$847,338.50. As a part of entering this contract, the contractor agrees to take all necessary and responsible steps in accordance with 49 CFR 26 to ensure that Disadvantaged Business Enterprises (DBE) have an opportunity to participate in the performance of this contract. The award of this contract was made with the understanding that the firms listed on the DBE Utilization Certification will be performing the dollar value of work as indicated. Prior to submitting the signed contract for execution, Lakeside Industries will provide the following items: 1. Breakout information for all successful DBEs as shown on the DBE Utilization Certification: • Correct business name, federal employer identification number (if available), and mailing address. • List of all bid items assigned to each DBE firm, including unit prices and extensions, indicating any anticipated sharing of resources (e.g., equipment, employees). • Indicate partial items — specify distinct elements of work to be performed by the DBE firms and provide a complete description of these partial items. NOTE: Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. 2. A list of all firms who submitted a bid or quote in an attempt to participate in the contract whether they were successful or not. Include the following information: • Correct business name and mailing address Send these two items to City of Renton, 1055 S. Grady Way, Renton, 98057, c/o Douglas Jacobson, Deputy PW Administrator. Failure to provide this information prior to execution will result in forfeiture of the bidder's proposal security. Please return these documents within 10 calendar days after the date of the award. 1055 South Grady Way• Renton,Washington 98057• (425)430-6510/Fax(425)430-6516•rentonwa.gov Additionally, please contact Douglas Jacobson, Deputy PW Administrator, at 425-430-7242 for submission of required documents to complete the contract. These may include proof of City and State business licenses, performance bond, and insurance certificates. Sincerely, Ja o A. th ty Clerk cc: Douglas Jacobson,Deputy PW Administrator Juliana Fries, Program Development Coordinator Linda Weldon,Accounting Assistant Natalie Wissbrod,Accounting Assistant IV Denis Law Mayor `*W D City of 1%WI TY NT City Clerk -Jason A.Seth,CMC January 14, 2015 Lakeside Industries 18808 SE 257th St Covington, WA 98042 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom it May Concern: At its regular meeting of January 12, 2014 the Renton City Council accepted your bid for the above-referenced project in the amount of$847,338.50. Please contact Douglas Jacobson, Deputy PW Administrator - Tranportation at 425-430-7242, for submission of required documents to complete the contract. These may include proof of City and State business licenses, performance bond, and insurance certificates. Sincerely, on A. Seth sting City Clerk cc: Douglas Jacobson, PW—Transportation Linda Weldon,Accounting Assistant Natalie Wissbrod,Accounting Assistant IV 1055 South Grady Way•Renton,Washington 98057• (425)430-6510/Fax(425)430-6516•rentonwa.gov Denis Law Mayor City of ty Nt City Clerk -Jason A.Seth,CMC January 14, 2015 Cemex P.O. Box 2037 Everett, WA 98213 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom It May Concern: At its regular meeting on January 12, 2015 the Renton City Council accepted the lowest responsive bid submitted by Lakeside Industries for the above-referenced project in the amount of $847,338.50. If you would like your bid bond document returned, please email your request to jseth@rentonwa.gov. Thank you for your interest and your bid. Sincerely, son A. eth ity Clerk cc: Douglas Jacobson, PW—Transportation Project Manager 1055 South Grady Way•Renton,Washington 98057 9 (425)430-6510/Fax(425)430-6516 9 rentonwa.gov DeMasoaw City Of �Y O . � City Clerk -Jason A.Seth,CMC January 14, 2015 ICON Materials 1508 Valentine Av SE Pacific, WA 98047 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom It May Concern: At its regular meeting on January 12, 2015 the Renton City Council accepted the lowest responsive bid submitted by Lakeside Industries for the above-referenced project in the amount of $847,338.50. If you would like your bid bond document returned, please email your request to jseth@rentonwa.gov. Thank you for your interest and your bid. Sincerely, Asn th cc: Douglas Jacobson, PW—Transportation Project Manager 1055 South Grady Way•Renton,Washington 98057 9 (425)430-6510/Fax(425)430-6516• rentonwa.gov Denis *Ago, ASCity Of `" Al �Y c'e City Clerk -Jason A.Seth,CMC January 14, 2015 Lakeridge Paving Co. P.O. Box 8500 Covington, WA 98042 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom It May Concern: At its regular meeting on January 12, 2015 the Renton City Council accepted the lowest responsive bid submitted by Lakeside Industries for the above-referenced project in the amount of $847,338.50. If you would like your bid bond document returned, please email your request to jseth@rentonwa.gov. Thank you for your interest and your bid. Sincerely, J . t ity Clerk cc: Douglas Jacobson, PW—Transportation Project Manager 1055 South Grady Way•Renton,Washington 98057• (425)430-6510/Fax(425)430-6516•rentonwa.gov DeM is fir✓ City of ` ,�Y OS ♦ A �-N i rpt City Clerk -Jason A.Seth,CMC January 14, 2015 Miles Resources, LLC 400 Valley Av NE Puyallup, WA 98372 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom It May Concern: At its regular meeting on January 12, 2015 the Renton City Council accepted the lowest responsive bid submitted by Lakeside Industries for the above-referenced project in the amount of $847,338.50. If you would like your bid bond document returned, please email your request to jseth@rentonwa.gov. Thank you for your interest and your bid. Sincerely, An . h cc: Douglas Jacobson, PW—Transportation Project Manager 1055 South Grady Way• Renton,Washington 98057• (425)430-6510/Fax(425)430-6516 9 rentonwa.gov DeLaw City of �Y Mayor + '`�� �A� + —NT�� City Clerk -Jason A.Seth,CMC January 14, 2015 Watson Asphalt P.O. Box 845 Redmond, WA 98073 RE: Grady Way Pavement Preservation Project; CAG-14-042 To Whom It May Concern: At its regular meeting on January 12, 2015 the Renton City Council accepted the lowest responsive bid submitted by Lakeside Industries for the above-referenced project in the amount of $847,338.50. If you would like your bid bond document returned, please email your request to jseth@rentonwa.gov. Thank you for your interest and your bid. Sincerely, son ity Clerk cc: Douglas Jacobson, PW—Transportation Project Manager 1055 South Grady Way•Renton,Washington 98057• (425)430-6510/Fax(425)430-6516• rentonwa.gov err PUBLIC WORKS DEPARTMENT00011111111p a City of M E M O R A N D U M CIN OF RENTON DATE: December 5, 2014 TO: Jason Seth, City Clerk JAN 0 5 N15 RECEIVED FROM: Douglas Jacobson P.E., Deputy Public Works Adm RW&S OFFICE Transportation SUBJECT: Bid Award—Grady Way Pavement Preservation Project This memo summarizes the bids recently received for the Grady Way Pavement Preservation Project and recommends award to the low bidder. On December 18, 2014, at 2:00 p.m. the City received six bids for the Grady Way pavement Preservation Project. The City Clerk opened and publically read all six bids. Six contractors submitted bids. The bid numbers read by the City Clerk off the contractor's proposals are shown below. 1) Lakeside Industries, Covington $ 847,338.50 2) ICON Materials, Pacific $ 924,818.95 3) CEMEX Construction Materials Pacific LLC, Lynnwood $ 942,277.17 4) Lakeridge Paving, Covington $ 942,715.50 5) Miles Resources, Puyallup $ 949,844.60 6) Watson Asphalt Paving, Redmond $ 991,869.00 Engineers Estimate $1,063,225.00 After the Clerk read the proposals, Lakeside Industries became the apparent low bidder with a bid of$847,338.50. We have checked all bids for completeness, mathematical correctness and inclusion of all required forms. An independent review of the bids was performed by CM Design who prepared the bid documents. No mathematical errors were found and all required forms were included with all bids. As a result Lakeside Industries was found to be the lowest responsive and responsible bidder with a bid of$847,338.50. This bid is approximately 20% lower than the engineer's estimate. The project is partial funded with a Federal Highway Administration grant and as required the Washington State Department of Transportation has reviewed the low Jason Seth VAW Page 2 of 2 December 5,2014 bidder's bid documents and has concurred with our award recommendation. See attached email from WSDOT. The adopted construction budget for this project is $1,149,796. The total amount budgeted for the project is $1,487,692. The difference of$337,896 has been budgeted for design services, permitting and construction services. The low bid is within the monies budgeted for this project and we recommend that the City Council award the contract for the Grady Way Preservation Project to Lakeside Industries in the amount of$847,338.50. c:\users\iharnden\appdata\local\microsoft\windows\temporary internet files\content.outlook\bxnod4sa\grady way bid recommendation memo.doc CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 1 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Cemex PO Box 2037 x x x x x x x $942,277.17 Everett, WA 98213 ICON Materials 1508 Valentine Ave. SE x x x x x x $924,818.95 Pacific, WA 98047 Lakeridge Paving Co. PO Box 8500 x x x x x x x $942,715.50 Covington, WA 98042 Lakeside Industries 18808 SE 257th St. x x x x x x x $847,338.50 Covington, WA 98042 Miles Resources, LLC 400 Valley Ave. NE x x x x x x x $949,844.60 Puyallup, WA 98372 tow 1"w CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 2 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Watson Asphalt PO Box 845 x x x x x x x $991,869.00 Redmond, WA 98073 Engineer's Estimate $1,026,077.00 wry Doug Jacobson From: Segami, Phil <SegamiP@wsdot.wa.gov> Sent: Monday, December 22, 2014 3:52 PM To: Juliana Fries Cc: Mott, Jade; Doug Jacobson; Larsen, Renae L. Subject: RE: Contract award -concurrence from WSDOT-STPUL-1288(004) Hi Juliana, Based on the DBE documents submitted, Local Programs concurs in award to the apparent low bidder. Please send us award data as soon as available and invite us to the preconstruction meeting. Thanks. Phil Phil Segami Local Programs WSDOT Northwest Region P.O. Box 330310 Seattle,WA 98133 206-440-4736 seizamip@wsdot.wa.eov From: Juliana Fries [mailto:JFries(a>Rentonwa.gov] Sent: Monday, December 22, 2014 8:53 AM To: Segami, Phil Cc: Mott, Jade; Doug Jacobson Subject: Contract award - concurrence from WSDOT- STPUL-1288(004) Good morning Phil, The City opened bids for the SW Grady Way Preservation Project-STPUL-1288(004) on December 18. After review of the bids, Lakeside Industries, Inc is the apparent low bidder, at$847,338.50. Engineer's estimate was$1,063,225. The project has a DBE mandatory goal of 12%. Attached for your review and concurrence are: 1) The bid tabs, 2) DBE utilization Certification, and 3) DBE Written Confirmation Document of Lakeside Industries. We intend to award the contract on the January 5th 2015 Council meeting. Please let me know if you concur. Please let me know if you have any questions. Thanks Juliana Fries 1 Program Development Coordinator Public Works/Transportation Ph:425-430-7232 2 Doug Jacobson From: Marcie Palmer Sent: Wednesday, December 24, 2014 10:49 AM To: Doug Jacobson Cc: Gregg A. Zimmerman Subject: RE: Grady Way Pavement Preservation Project Hi Doug, What great news! Yes, let's do Council concur so the project can move along quickly. Thanks for the information! Marcie From: Doug Jacobson Sent: Wednesday, December 24, 2014 9:23 AM To: Marcie Palmer Cc: Gregg A. Zimmerman Subject: Grady Way Pavement Preservation Project Marcie Last week we opened bids for the Grady Way Preservation Project(Longacres Way to Rainier Ave). We received six bids, all six bids were lower than the Engineer's Estimate and the adopted budgeted. It appears that the drop in international oil prices has resulted in a significant reduction in the price of asphalt paving materials. The bid price for a ton of asphalt was 20% lower than the price paid last summer. Since the project is well within the budget adopted, I am requesting permission to forward the bid award for approval to the city council without referral to the Transportation Committee. Our schedule is to forward the award to the City Council for consideration at the January 12 Council Meeting. Doug Ooug,7aco6sory P.E. Deputy Public Works Director,Transportation City of Renton City Hall-5th Floor 1055 South Grady Way Renton,WA 98057-3232 425.430.7242 206.375.4952 (cell) Renton-Home of the Super Bowl Champion Seahowks 1 �.r '%rd III. PROJECT PROPOSAL PROJECT: SW GRADY WAY OVERLAY PROJECT CAG NO: 14-042 COMPANY: 'fit l bk5R5 f BID AMOUNT: ADDRESS / 2xk St TEL W\ft AJbrW of usw %Aj. Q � L1 BIDDER'S CHECKLIST 1. BIDDER'S CHECKLIST 1 PROPOSAL & SCHE ULE OF PRICES 3. PROPOSAL SIGNATL SRF PAGE 4. _ NON-COLLUSION DECLARATION- NONN-COLLUSION. A-NTLI-TRUST_ MINIMUM NVAGE AFFIDAVITS 5CERTIFICATION FOR FFDFRAL-AID COIN IRACTS 6. DIS.,\DVANTAGED BT1SI?�TSS ENTERPRISE tTILIZATION CERTIFICATION 7. DISADVANTAGED BUSINESS ENTERPRISE WRITTEN CONFIRMATION DOMMENT 8. '` PROPOSAL BID BOND "The documents must be executed by the Contractor's authorized Official(s) *400 CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement, and the nature of the work, and the method by which payment will be made for said work, and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, a Bid Proposal Deposit in the form of(check one)`Kbid bond,or ❑cashier's check(made payable to the City of Renton),or ❑ postal money order(made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Price, is attached hereto. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to the City of Renton, as specified in Section 1-08.9 of the Standard Specifications. In addition, Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. `fir✓ *44I/r SW GRADY WAY OVERLAY PROJECT SCHEDULE OF PRICES Project Dumber CAG-14-042 Federal Aid Number ST PUL-1288(004) i Vote:Unit prices for all items.all extetisias,and+otal amount of hid shall he shown. linter tntit prices et nutticrical fi_*lams onh itt dollars atnl cents.i.e.to twoi 21deciattl Places(including for%%h)kdollaramomist.All F.gures fowl he ciearlt legible_Riffs Hith illegible figures trill be reject xi as unresponsive.It is reeofuntefkied that ail figores h np xl arui not hand-written.I lowever,it is not a requirenxnt that figums be taped.Bidders who submit haiut-%%rittetl bids w ill be requested.hen not required,to Protide ttlxd versiots of their bids w ithin twerKt-four t 24 i hours of hid opeoing to order to expedite rcvietr,iahulation and anal\sis of hits M Ore(-'it%to deterinisae lowest responsive,responsible bidder.. EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS _ PRICE FOR ITEM 1. Unexpected Site Changes (1-04) 1 FA $ 15,000.00 $ 15,000.00 2 Construction Staking(1-05) 1 LS $ i $ 3. SPCC Plan(1-07) 1 LS $ Joao — $ 1000 4. Mobilization(1-09) 1 LS $-70, coo— $ 74D? Project Temporary Traffic Control 5. (1-10) 1 LS $ JcDDI00Z> $ add 1 W 6 Sawcutting (2-02) 678 LF $ 8— $_- � — 7 Remove Curb and Gutter(2-02) 582 LF $ $ Remove Cement Concrete 8' Sidewalk(2-02) 479 SY $ $ `a�— Remove Cement Concrete 9' Pavement(2-02) 56 SY $ $ 10 04)Crushed Surfacing Top Course (4- 219 TON $ ., $ &'57„ 11 Pavement Repair Excavation Incl 500 SY $ $ Haul (5-04) �' 12 Planing Bituminous Pavement 36178 SY $ $ (5-04) ., 13 HMA for Pavement Repair Class 144 TON $ ((),n,— $ a t/2- PG 64-22 (5-04) , \_��C 14 HMA for Prelevel Class ;,r-PG 64- 100 TON $ $ 22 (15-04) 15 HMA for Overlay Class 1/Z PG 64- 4533 TON $ fig” $ 22 (5-04) Page 17 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM Cement Concrete Pavement 16. 20 CY $ _ $ (5-05) 17. Adjust Manhole (7-05) 23 EA $ $ tt 18. Adjust Catch Basin(7-05) 9 EA $ 17PD- $ '-- 19. Adjust Water Valve Box (7-12) 19 EA $ 90_ $ & _ Erosion/Water Pollution Control (8 20. 01) 1 FA $ 101000.00 - $- 10.000.00 Cement Concrete Traffic Curb and 21. Gutter (8-04) 582 LF $ 22 Cement Concrete Pedestrian Curb 298 LF $ $ (8-04) 23 R8 iis�e)d Pavement Marker Type 1 6107 EA $ 24 Raised Pavement Marker Type 2 731 EA $ (8-09) 25. Adjust Monument (8-13) 11 EA $ ( $ 11- 26. Cement Concrete Sidewalk (8-14) 260 SY $ L�CJ- $ ttt-tom_ Cement Conc Curb Ramp Type 27. Perpendicular (8-14) 6 EA $ Cement Concrete Curb Ramp 28. Type Parallel (8-14) 11 EA $ 29 Cement Concrete Curb Ramp 1 EA !! $ Type Single Direction (8-14) $ 30. Traffic Signal System (8-20) 1 LS $ got cx)o- _ $ 801©co 31. Adjust Junction Box (8-20) 4 EA $ $ (000-- 32. Conduit Pipe, 1° Diam. (8-20) 300 LF $ $ L p 33. Apply Non-Skid to Utility Cover (8- 8 EA $ $ 20) —�L---- - t?�� 34. Permanent Signing (8-21) 1 LS $ 12.E p( $ - 4 35. Remove Existing Pavement 1 LS $ $ Markings (8-22) � 36. Plastic Traffic Arrow (8-22) 53 EA $ $ ��5©� EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 37. Plastic Crosswalk Line (8-22) 1589 SF $ a $ 4 ; 38. Plastic Stop Line (8-22) 499 LF $ r $ 39 Temporary Pavement Markings (8- 16770 LF $ $ 23) U TOTAL BID AN101I T $ ih'of Proposal — Signature Page By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt Date of Receipt 1 — 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction (2014) and as modified in the Bid Documents, including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is y t ,%efy+.L S-ke'J of d WLN Afk /JL &t f -U4f- '`-4' (Name) (Address) iltu+ Bidder: =¢ S1 fnftXASM.10-5 I Ate- Signature of Authorized Official: Printed Name and Title: `AX,AlAll C-tZ4--L — PRV, Address: tW013 e _— 'U` C.4[3J//116--10Al t,,-A - Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: A orporation Phone No.: (�'?,�_'?,(p(( Date: This address and phone number is the one to which 0 communications regarding this proposal should be sent. *moo, City of Renton Business License# WA State Contractor's Registration# S In UBI# ¢� — — Industrial Insurance Account# c Employment Security Department# State Excise Tax Registration# DUNS# Q - NOTES: 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$0—no charge Lakeside Industries, Inc. AUTHORIZED SIGNATURES -KENT Division- List the name and title of those individuals in your organization who are authorized to execute proposals, contracts, bonds and other documents and/or instruments on behalf of the organization. Specify if more than one signature is required. Note: Signature must appear next to name. NAME SIGNATURE TITLE DENNIS, ROB DIVISION MANAGER NICKEL, CRAIG � PROJECT MANAGER The undersigned, being duly sworn, deposes and says that the foregoing is a true statement of facts concerning the individual, corporation, co-partnership or joint venture herein named, as of the date indicated: LAKESIDE INDUSTRIES, INC. mamt,of firm,be exact) (Rut, ,.e nature(k)) Sworn to heforc me this 7-717�dnv of1 t?V/}YL 2l! `{ `��s� G 1tS: S T/4( 1" Notntl Pu (ic u'�t:.,r .oG�t t a.; �'�itttt�A S H►t��.,,� 02/21/14 PQat7IsENT Failure to return th .Declaration as part of the biv,„wproposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 . That the undersigned 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5/06 %.d 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 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. (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. 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. 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. DOT Form 2 _G4u EF Revr,ed 1/2000 Local AgencDisadvantaged Business 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 shah consider as non-responsive and shall(e)ect any bid proposal that does not contain a DBE Certification which property derrionstrates that the bidder will meet the QBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation only in the event the bidders efforts to solicit sufficient DBE participation has been unsuccessful The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract information on certified firms is available from OMWBE. telephone 360-664-9750 or Toll Free 1-866-208-1064 J 2-. certifies that the Disadvantaged Business Enterprise (DBE) fBox 1) ware or Bidder 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) Column 1 Column 2 * Column 3 Column 4 ** Project Role Amount to Name of DBE (Prime,Joint Venture, Certificate Number Subcontractor, Description of Work be Applied Manufacturer,Regular Towards Goal ,�^� Dealer) C G' CGSE - - 3. 4 5 6 7 8 9 10 Disadvantaged Business Enterprise Subcontracting Goal to k . (Pep. (01 DBE Total C>X Boo -- Box 2 Box 3 * Regular Dealer status must be approved prior to bid submitter by the Office of Equal Opportunity Wash State Dept of Transportation on each contract "* See the section"Crediting DBE Participation Toward Meeting the Goal' in the Contract Document *** 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. Participation in excess of the goal amount will be considered voluntary or race-neutral participation SR DOT Form 272-056A EF 0712011 FROM FAX NO. Dec. 18 2014 01:55AM P2 'r Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business En_terpr_gg, Utilization Certification. Contract Title: Bidder's Business Name: / ' � ��� (�� ZAI DBEs Business Name: DBE Signature: 015es Title: Date: T �. The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection_ See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work:—F— Amount to be Applied Towards Goal- � � , OCD SR DOT Form 422-MIA EF NrWi 3 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. Contract Title: �( 4AJn 4 L- y Q�ez-&t Bidder's Business Name: /JVC DBE's Business Name: G Tha n DBE Signature: Signature: DBE's Title: Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disaventaged Business Enterprise Condition of Award Participation. Description of Work: 'I P\L4C Ki tV G- Amount to be Applied Towards Goal: At O t � t 00 SR DOT Form 422-031A EF 07/2011 Proposal Bid Bond KNOWALLMEN BY THESE PRESENTS,That we,(Contractarj Lakeside Industries, Inc. ofaddress 18808 SE 256th Street, Covington, WA 98042 ( ) as Pr:ncipas, and[Suretyl Travelers Casualty and Surety Company of America a corporationduly organized underthe laws of the State of Connecticut and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns,and successors and assigns,jointlyand severally,firm;y by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its seated proposal for the fo€lowing highway construction,to w", SW Grady Way Overlay Project said bid and proposal,by reference thereto,being made a part hereof NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE. EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10)days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety steal' immediately pay and forfeit to the City of Renton the amount of V e Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW'35.23.352. iN TESTIMONY WHEREOF,the Principal and Surety have caused ti;ese presents to be signed and sealed this 16th day Of December 2014 Lakeside Industries, Inc. Travelers Casualty and Surety Company of America [Principal] [5jre 1 t c [Signature authorized official} �Ra�twe--ofW,honed B.y:_Susan B. Larson QHS [Fide) [Attorney-in-Fact] 2233 112t1t Ave NE (.address] Bellevue, WA 98004 4 ?033.�CC WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER (� f PONVER OF ATTORNEY T"R AVELE `S" Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity-and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty-Insurance Underwriters,Inc. Travelers Casualty and Surety-Company of America St.Paul Fire and Acarine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228321 Certificate No. 006011357 i KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company.St.Paul Nlercur} Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty-Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Deanna M. French,Jill A. Boyle,Susan B. Larson,Scott Fisher,Elizabeth R. Hahn,Jana M. Roy,Scott McGilvray,Mindee Rankin, Ellen Bell,Jim Hamlin,Ron Lange,John Claeys, Roger Kaltenbach,and Guy P.Armfield 3 of the city of Bellevue .State ofWashington _ their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 1 1 IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this _ 6th day of_ August 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 2����` 'Ft0.F a6�-I� O\'' '•..G9 Jpt INSU,pq••, gJp�TV AN°a 0, �6 WRF)y ��+•Y� o , [/�p��' //tee:' � f/qo r' ro•: c /'`� ��' Cin � NCORDORATED [,. - m l�ic0w von�r�� t�u:'tORP°NAT'c�} � m g�sf \ J FNRiFOR0.l < �.SF:AL•'oi SEALiit W ei �� � o�O< W CONN. CONN. 1896 �d`��`�JD i �� �~SL2 G v`•.......:'L,t'J 'S O.''. 1'aD L �.••.r� f v+ 1 State of Connecticut City of Hartford ss. Robert t Raney. °nior Vice President On this the—6th day of August 2014 ,before me personally appeared*Robert f..Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters.Inc..St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. fog= In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of.lune.2016. * blanc C.Tetreauh,Kotan Public I 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNINr THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Thr Power of Attorney is granted under and by the ority of the tolto\y ing resolutions adopted by the Boards ectors of FatnTington Casualty Company.Fidelity and Guarani) Insurance Company.Fidelity and Guarani', Inswa»ce Ctwten+ruer:-. Int.. St. Paul Fire and Nia:ine Insurance Coliipany.St. Paul Guardian lnsuranee Company,St. Paul Mercury Insurance Company.Tntyelers Casualty and Surer Company Travelers Casuahy and Surety Compam of America,and Cnited States Fidelity and Guaranty Company.which resolutions are novo in full force and effect_reading as follotis: RESOLVED,that the Chairman.the President-an% Vice Chairman_:mv Execn[iyC Vice President,any Senior Vice President.any Vice President, any Second Vice President.the Treasurer.any Assistant Treasurer.the Corporate Secrctary or any assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company anis may give such appointee such authority as his or her certificate of authority may prescribe to sign %kith the Company's name and seal vtith the Company's seal bonds.recognizances,contracts of indemnity,and other\\Filings obligatory in the nature of a bond.recognizance.or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the poAer given hire or her:and it is Ft'RTHER RESOLVED,that the Chairman,the President.any Vice Chairman.any Execume Vice President,any Senior Vice President or any Vice President may dele«ate all or any part of the foregoing authority to one or more officers or employee,of this Company.provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FURTHER RESOLVED.that any bond.recognizance.contact of indemnity or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executise Vice President,an}Senior Vice President or any Vice President.am Second Vice President.the Treasurer.any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(under,Cal,it re(Iuired)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is s FURTHER RESOLVED.that the signature of each of the foll(m ing officer.' President.anv ExCCutiv e t ice President.any Senior Vice President.any Vice President. any Assistant Vice President,any Secretary. any Assistant Sccreuvey. and the seal of the Contp.my utas be affixevi by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents.Resident Assistant Secretaries or Attorneys-n•1-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile.signature or facsimile seal shall be valid and binding upon the Company and any such povyer so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. i 1,Kevin E.Hughes,the undersigned,Assistant Secretary.of Farmington Casualty Company.Fidef its and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underv.titers,Inc.,St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Company,Travelers Casualt}and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney Cyecuted hs said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF.I have hereunto set m\ hand and affixed the seats of said Companies this_{t.k_ ay of ""`^ "� "^�'�•201 q a Kevin E.Hushes.Assistant Sea tars 1 s G<SU,�r♦ -y FL 6 4 ,O'er`\ �r�•��� Q f � NC G T P�cF o,��9+\m}t i 19.52,; 1977 1951 ,..'�=a ,.Sl,AI.o% IS SEALa3i To verify the authenticity of this Power of Attorney,call 1-80O-1_1-3880 or contact us at vvvvvv.trayelersbond.com. Please refer to th•,-Attorney-In-Fact namber,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Local Agency Name - - NNW Local Agency Subcontractor List ,Local Agency Address Prepared in compliance with RCW 39.30.060 as amended 10545 Usk A To Be Submitted with the Bid Proposal Project Name Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Probe _t in .l ud _s one or more catpgoroes of work referenced in RCW 39-30-060, and no suhcontractor is lir _d below to perform such work,the bidd _r _ _rtifi s that thework will either(j) 6e performed by the bidd _r itself, or(ii) he performed by a lower fier subcontractor who well not contractdirectly with the bidder_ Subcontractor Named Work to be Performed - L 1 C *L Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Form 271-015A EF Revised 08/2012 CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 1 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Cemex PO Box 2037 x x x x x x x $942,277.17 Everett, WA 98213 ICON Materials 1508 Valentine Ave. SE x x x x x x $924,818.95 Pacific, WA 98047 Lakeridge Paving Co. PO Box 8500 x x x x x x x $942,715.50 Covington, WA 98042 Lakeside Industries 18808 SE 257th St. x x x x x x x $847,338.50 Covington, WA 98042 Miles Resources, LLC 400 Valley Ave. NE x x x x x x x $949,844.60 Puyallup, WA 98372 CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 2 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Watson Asphalt PO Box 845 x x x x x x x $991,869.00 Redmond, WA 98073 Engineer's Estimate $1,026,077.00 Vrr° CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 2 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Watson Asphalt PO Box 845 X. x, X X X `\ 1�,1 Redmond, WA 98073 Engineer's Estimate $1,026,077.00 CITY OF RENTON BID TABULATION SHEET Project: SW Grady Way Overlay Project Page 1 of 2 CAG-14-151 Date: 12/18/14 FORMS DBE Bid Total from Bidder Signed Bid Non. Fed. Cert. Add. Subs Schedule of Prices Proposal Bond Coll. Aid Comp. 1 List *Includes Sales Tax Cemex PO Box 2037 u X X 'X X, .y 9 z—, z— 17, /7 Everett, WA 98213 '\ ICON Materials 1508 Valentine Ave. SE Pacific, WA 98047 I .. Lakeridge Paving Co. v PO Box 8500 x\ 21 �( � • _, ,� Covington, WA 98042 Lakeside Industries -� 18808 SE 257th St. Covington, WA 98042 i Miles Resources, LLC , 400 Valley Ave. NE Puyallup, WA 98372 %.I Jason Seth From: Jason Seth Sent: Thursday, December 18, 2014 4:08 PM To: Doug Jacobson; 'Rhinehart, Karen (ICON)' Subject: RE: SUBCONTRACTOR LIST- SW GRADY WAY OVERLAY PROJECT Thank you. I will add this email string to the record. -Jason Jason Seth, CMC City Clerk iseth@rentonwa.eov 425-430-6502 From: Doug Jacobson Sent: Thursday, December 18, 2014 4:07 PM To: 'Rhinehart, Karen (ICON)' Cc: Jason Seth Subject: RE: SUBCONTRACTOR LIST- SW GRADY WAY OVERLAY PROJECT Mark called requesting I confirm receipt of the Subcontractor List. I called him back but his mail box is full and I could not leave message. I received the email with the Subcontractor List at 2:29 which is within the one hour provided for. Doug Jacobson From: Rhinehart, Karen (ICON) [ma iIto:krhinehart(aDoldcastlematerials.com] Sent: Thursday, December 18, 2014 2:29 PM To: Doug Jacobson Cc: Eichelberger, Mark(ICON) Subject: SUBCONTRACTOR LIST- SW GRADY WAY OVERLAY PROJECT Good afternoon Doug, Attached is ICON Materials Subcontractor list. Thank you, Karen Rhinehart Contract Administrator ICON Materials 206 574-3910 i CAG-14-151 VOW a,�r CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid#STPUL-1288(004) CALL FOR BIDS Sealed bids will be received by the City of Renton,at the City Clerk's Office located on the 7"'floor or Renton City Hall,until 2:00 p.m.Tuesday,December 16, 2014 and will then be opened and publicly read in th conference room#511, located on the 5 floor, Renton City Hall. Renton City Hall is located at 1055 South Grady Way, Renton WA 98057. All bid proposals shall be accompanied by a bid proposal deposit (certified check or surety bond) in an amount equal to five percent(5%)of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications,the bid proposal deposit shall be forfeited to the City of Renton. The right is reserved to reject any and all bids and to waiver any informalities in the bidding. A Disadvantaged Business Enterprise (DBE) mandatory goal of 12%has been established for this project. Plans,specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc.,at http://www/bxwa.com. Click on "bxwa.com";"Posted Projects";"Public Works","City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List."). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. Questions about the project shall be submitted via e-mail to: Doug Jacobson, City of Renton, Public Works Department, at DJacobson@Rentonwa.gov Answers to bidder's questions regarding the project will be posted on Builder's Exchange of Washington, Inc.,for all bidders to view. 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.0 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,hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 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 improvement for which bids will be received is described below: Removal of curb,gutter and sidewalk,asphalt grinding, installation of approximately 4,500 tons of asphalt overly and 18 curb ramps, utility adjustments,and chAnnelizati SW Grady Way. Jason A. Seth, Deputy City Clerk Published: Daily Journal of Commerce November 25,2014 and December 2,2014 n CD M X � N) CD cD rIT <IR � n � CD x T,- o 9 D (' c9 N_ W 00 � o N - a "� m �. VD N n' o o V C i �J ..J lv . A%W0 BIDDER'S CHECKLIST T. _ BIDDER'S CHECKLIST 2. ✓ PROPOSAL& SCHEDULE OF PRICES 3. PROPOSAL SIGNATURE PAGE 4. NON-COLLUSION DECLARATION, NON-COLLUSION, ANTI-TRUST, MININf TM WAGE AFFIDAVITS 5. CERTIFICATION FOR FEDERAL-AID CONTRACTS 6. ✓ DISADVANTAGED BUSINESS ENTERPRISE UTTLILATION CERTIFICATION 7. ✓ DISADVANTAGED BUSINESS ENTERPRISE WRITTEN CONFIRMATION DOCUMENT & ✓ PROPOSAL BID 'BOND q. ✓ I-O C AL A(,ENS/ tkS i The documents must be executed by the Contractor's Authorized Official{s} ider's Checklist Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale tlftw +..►� III. PROJECT PROPOSAL PROJECT:SW GRADY WAY OVERLAY PROJECT GAG NO: 14-042 CEMEX Construction Materials Pacific LLC COMPANY: AKA : CEy,-�r,)C, i Nc . BID AMOUNT:99H-L?--7-7.1'7 ADDRESS Zoloo '/`1'_" A vGW-*-2-40 TELNO: �.yN.�woo�T(�A 98�31� roposal :rs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Newo CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned(Bidder)hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement,and the nature of the work,and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease,and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)fib bid bond,or O cashier's check(made payable to the City of Renton),or ❑postal money order(made payable to the City of Renton),in an amount equal to five percent(5%)of the Total Bid Price,is attached hereto. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. Page 16 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SW GRADY WAY OVERLAY PROJECT SCIIEDULE OF PRICES Project Number CAG-14-042 Federal Aid Number STPU1,1288(004 (Note:Unit prices for all items,all extensions,and total amount of bid shall tae shown. Enter unit prices in,nunxrical figures orilr in doWis and cants,i.c,to two(2)decirital daces(including for whole dollar amounts).All figures n'rust be clearly legible.Bids with illegible figures will be rejected as unresponsive.It is recornnteaded that all figures be typed and not hand-written.However,it is nota requirenretrt that figures be typed_Bidders who submit hand-written bids will be requested,but not required,to provide typed versions of their bids within twentp-four(24)hours of bid opening in order to expedite review,tabulation and anah sis of bids by the City to determine lowest responsive,responsible bidder.) EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 1. Unexpected Site Changes(1-04) 1 FA $ 15,000.00 $ 15,000.00 2. Construction Staking(1-05) 1 LS $ tto $ cX� CjCXX�. �. 3. SPCC Plan(1-07) 1 LS $ 7W $ CID 4. Mobilization(1-09) 1 LS $ t�,` W$��es' Project Temporary Traffic Control 5. (1-10) 1 LS $ 1, 10.3$`L'$ 119 7- 6. 6. Sawcutting(2-02) 678 LF $ $ O 3.�� z�-12.5 7 Remove Curb and Gutter(2-02) 582 LF $ Z.` $ 19Sy,.wa 8 Remove Cement Concrete 479 SY $ $ OZ Sidewalk (2-02) tJ U 3$ 78y1� Remove Cement Concrete g' Pavement(2-02) 56 SY $ ZL,.Z.S $ 1y70.p0 10. r shed Surfacing Top Course(4- 219 TON $ -39-00 $ "](D(yJ oa 11 Pavement Repair Excavation Incl 500 SY Haul (5-04) $ IQ BO $ S` coc o 12. Planing(5-04 Bituminous Pavement 36178 SY $ Z•Cj0 $ 44Sco 13 HMA for Pavement Repair Class 'la"PG 64-22(5-04) 144 TON $ �'Z,d pU $ 14. HMA for Prelevei Class 1/2"PG 64- 100 TON $ rjV $ ap 22 (5-04) 1"t• �• 15 HMA for Overlay Class t/z" PG 64- 4533 TON $ '$O 22 (5-04) pj• $ Page 17 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale `*00- w" EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 16 5e�m5�nt Concrete Pavement 20 CY $ C—b$ o> $ oC� I t�IloO. 17. Adjust Manhole(7-05) 23 EA $ 'bWqj $ 18. Adjust Catch Basin(7-05) 9 EA $ 'qWo $ 19. Adjust Water Valve Box(7-12) 19 EA $ PD $ c1U 20 01 sion/Water Pollution Control(8- 1 FA $ 10,000.00 $ 10,000.00 21 Cement Concrete Traffic Curb and 582 LF $ ty�j $ 3p Gutter(8-04) 37. Z 1912. 22. Cement Concrete Pedestrian Curb 7 37S 298 LF $ (8-04) 2 y.75 $ -9�' 23 Raised Pavement Marker Type 1 6107 EA $ (8-09) Z.�`� $ 13 I3ooS 24 Raised Pavement Marker Type 2 731 EA $ $ (8-09) 31y1o.77 25. Adjust Monument (8-13) 11 EA $ 3-1,svp $� �c1D 26. Cement Concrete Sidewalk (8-14) 260 SY $ 3 $ Cement Conc Curb Ramp Type 27. Perpendicular(8-14) 6 EA $ 12,'?�(0"1' $ 7L p( a0z Cement Concrete Curb Ramp 28' Type Parallel (8-14) 11 EA $ I Lq 1,,'3 $ a3 Cement Concrete Curb Ramp 29. ( ) 1 EA $ 13Ins.cs' $ 136 Type Single Direction 8-14 -'° 30. Traffic Signal System (8-20) 1 LS $ ���$ 460&9D.aa 31. Adjust Junction Box(8-20) 4 EA $ I�.�U $ 13nw 32. Conduit Pipe, 1"Diam. (8-20) 300 LF $ LS pp $ H Sap w 33 Apply Non-Skid to Utility Cover(8- 8 EA $ 3�.0o $ UO 20) _qW 34. Permanent Signing (8-21) 1 LS $ 7_'9Ma0 $ Z/(, a40 35. Remove Existing Pavement 1 LS $ vu $ uo Markings(8 22) 1 , 36. Plastic Traffic Arrow(8-22) 53 EA $ 16310 $ 3 3r.4?*A Page 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNIT'S PRICE FOR ITEM 37. Plastic Crosswalk Line(8-22) 1589 SF $ S.0j $ y500 38. Plastic Stop Line(8-22) 499 LF $ 7, go $ z zo 39. 23)porary Pavement Markings(8- 16770 LF $ 17 $ Z[Jr"C40 TOTAL BID AMOUNT $942-1-771, Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale of r Proposal — Signature Page By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt Date of Receipt 1 t ZVy 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Title Sl waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is 1tIAVELCO25- CAr5'AAL-IY AmOSuriaTY of GniE 7"awm Sc1a,AJ!Z C.o,n%AAAayme)oti iAr+ GX"-LA 4A&TFQA6.,c-T (Adl7lotd83 Bidder: CEMEX Construction Materials Pacific LLC Signature of Authorized Official: 1�a gar R; '-r Printed Name and Title: aJohnRoss sir=tet a I.> Address: W-4Z-iO (,y�/iVcJUOp�I�A�i�3�o Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: Corporation Phone No.: Z.4 —ls?3- Ur 6%-Z Date: 12- t o-Z U\`(, This address and phone number is the one to which all communications regarding this proposal should be sent. Page 20 Proposal-Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale N"1000 City of Renton Business License# WA State Contractor's Registration# CEMEY,C. UBI# (oc72.-(,n SS-749 Industrial Insurance Account# 7c>p 120—00 Employment Security Department# STo S 3$ -cNy-'1 State Excise Tax Registration# (pp'2.-(o$S-7-11 DUNS# NOTES: 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$0—no charge Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale //CEMEX CEMEX Construction Materials Pacific LLC PO Box 2037 Everett,WA. 98213 June 23, 2014 TO WHOM IT MAY CONCERN: This letter is authorization for John Howard Ross, Jr., District Manager (an employee of CEMEX Construction Materials Pacific LLC), as my agent, to sign bid applications and related documents on behalf of CEMEX Construction Materials Pacific LLC. Sincerely, Mike F. Egan Secretary CEMEX Construction Materials Pacific LLC STATE OF FLORIDA COUNTY OF PALM BEACH {d Subscribed and sworn to before me this_j,j day of�� u 2014 by Mike F. Egan, personally known to me to be Secretary of CEMEX Construction Materials Pacific LLC. No ar ublic In and F� JACQUELINE ROMERO NOTARY PUBLIC Sai unty and State STAMP/SEAL: STATE OF FLORIDA Comm#EE@64745 Eg ires 111312017 1VftW1 *me Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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. 2. That by signing the signature page of this proposal, l am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5/06 Page 22 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 'ia,r V 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 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. (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. 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. 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. DOT Fonn 272-640 EF Remed,r000 Page 23 Certification for Federal-Aid Contracts Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Local Agency Disadvantaged Business 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 hon-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 Bidder must submitgood faith effort documentation only-ln iite eventthe bidder's efforts to solicit sufficient[TBE participation has been;unsuccessful.The successful bidders Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resultir8EWbinfo7natiQnort gert�pd firms is available from OMWBE,telephone 360-664-9750 or Toll Free 1.866-208-1064. onstructlon Materials Pacific LLC RKA 0—G not X /ivc. certifies that the Disadvantaged Business Enterprise(DBE) (Box 1) Name of Bidder Finns listed below have been contacted regarding participation on this project If this bidder is successful ort 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.) Colurrut,'1' CraluiYyn 2 * column _ f lurnrl 4 3 ject ProRole Name of ABfr (r,3rna,Joiht=voillure, A�nourtttc► certificateNumber 3ubcontract4 Descr'ipflon;af Work be App�led" ..` Mantdactuier,Regular Towards Cso. eealsrj. . NG �2Foo 9 A��2 ELec-- em.,AL 2. 14-4 E t2 rc E-Ak S� ci►.rMAc t-oiR U►�np I Y21lcK/nlCt �j .00 3, 4, 5. 6� 7. t3: 10. Disadvantaged Business Enterprise Subcontracting Goal; i Zw D13E Total$ 13(9 oo Box 2 Box 3 " Regular Dealer status must be approved prior to bid submittal b the Office of E ual Y q Opporturuty,Wash.State Dept.of Transportation,on each Contract Seethe section"Crediting RBE:Participation Toward Meeting the Gaal"in the Contract Document. The Cbntracting Agency will utilize this amount to determine'whether or not the bidder has met the goal.in 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 ptevall and the total will be revised $R 8ccoHingly. Patticipation in excess of the goal amount will be considered voluntary or race-neutral partieipaWn; DOT Form 27206A EF 07(Zp1'1 Page 24 Local Agency Disadvantaged Business Enterprise Utilization Certification Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Local .Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document %.s an authorized representative of the Disadvantaged Bt.isiness Enterprise (ORE l. I confirm that vfe iave been contacted by the referenced bidder with regard to the referenced project and if the bidder s,- awarded the contract: we will enter into an agreement with the bidder to participate in the project ,=sistentwith the information provided in the bidder's Disadvantaaed Business Ent,"rnag1. Ailization Certification. Contract Title: CL Bidder's Bu,,ines-; Naine; CEMr--X Construction Materials Pacific LLO (AKA Q-4-G—MYA L DBE's Business Name, DBE$i9nature.; OB E*s Title., Date: The entries must be consistent vAth what is sho).,vn or) tho, bidder's Disadvantagod Bus[ncss Enterprise Utilization Certification, FailLITe to do so vAl rosuit in bid rejection. Soo contract provision: Dis-avantaged 43u.5iness E-nterprise Condition of Awaid Participation, Description of Work. Amount to tic Applied Tovrards Goaf: ;A, j, -101 wal Agoncy Disadvaitaged Busmess Enterprise (CUE)Written CorThimation Documc,,nt ,Bidders I'xrhnnno(if VVA Inc.. For Ur,200.f-.*(Mdi,fion-, AnrPerniint ;,E4e wvm,hxw;i.com - AIw,,iv5.V,-,rjfv Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), l confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaaed Business Enterurise Utilization G rtification Contract Take: GEME,X Construction !materials Pacific LL Bidder's Business game: `-- ' DBE's Business Name: —'S,, C— lC h DBE Signature: C;FGU QV DBE's Title: VVL CA-i Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision: Disaventaged Business Enterprise Condition of Award Participation. Description of Work: Amount to be Applied Towards Goal: Sk DOT Fc;rr.4V--0331 A EF 07f:i}11 Tnc. . o:,asaq ,:mdr'icns ? r.-,>men W*,Jx.bxuZ,. aim ?!.ways Jr.:,ri.iY ,r_;1.r• VWOI Local Agency Name C ITT of FNTUIV Local Agency Subcontractor List Local Agency Address Prepared in compliance with RCW 39.30.060 as amended 'ReXMN WA 98ol; 7 To Be Submitted with the Bid Proposal Project Name SL-) (jAA_DI /JAY O VE91-A`( 1-?4CZE61 Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s)name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such work,the bidder certifies that the work will either(i) be performed by the bidder itself.or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name Work to be Performed �t.L'Z'I�2k. L_ Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed * Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Form 271-015A EF Revised 08/2012 *&Ale 011110l CITY OF RENTON RENTON, WASHINGTON ADDENDUM NO. I to the CONTRACT DOCUMENTS for the SW Grady Way Overlay Project Federal Aid Number., STPUL-1288(004) City Contract, CAG 14-042 Date of Issue: December 16, 2014 Date of Bid Opening: December 18, 2014 ATTENTION: All Bidders and Planholders The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this Addendum to their copy of the Contract Documents. Failure to do so will subject the Bidder to disqualification of his/her bid. 1. CONTRACT PROVISIONS Table of Contents III. Project Proposal ARD the following: 9. *Local Agency Subcontractor List(WSDOT Form 271-015A) III Project Proposal Bidder's Checklist AM the following: 9. Local Agency Subcontractor List Proposal The following form is required for this project and shall be ADDED to the Proposal: - Local Agency Subcontractor List (DOT Form 271-015A EF) 2.BID OPENING The bid opening date tM changed to December 18, 2014 at 2:00 PM. City of Renton Addendum No.1 SW Grady Way Overlay Project December 16,2014 Page 1 of 2 Bidders shall acknowledge receipt and acceptance of this Addendum No.1 in the space provided on the Proposal. AOF gl s' ac s , PE 1]epu Utali W rks Administrator City,of Renton Addendum No. 1 SW Brady Way Ovcdap,!Inject DecemLvr 16,2014 Page 2 of 2 LU LLU z d z o w ° � LU acs > le LL *-i v w O v LLLJ � N U CL O O N W = a LL w LO J Q) W at N 4. v p o > oo E io CLr 4-1a Q N _ O Cd P A p„ L! J ++ co > > 3 O � � p vC 3 o r +r j < ro LU> o U cn o « rLu Ln 5 III. PROJECT PROPOSAL PROJECT: SW GRADY WAY OVERLAY PROJECT CAG NO: 14-042 ICON Materials COMPANY: (dba of CPM Development Corporation) BID AMOUNT: $924,818.95 ADDRESS 1508 Valentine Ave SE TEL NO: 206 575-3200 Pacific,WA. 98047-2103 Page 14 Project Proposal Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com-Always Verify Scale *4111111111111ir BIDDER'S CHECKLIST 1, ✓ BIDDER'S CHFCKLIST 2. PROPOSAL & S(111A)ULE OF PRICES 3. PROPOSAL SIGNATURE PAGE 4. NON-COLLUSION DECLARATION. NON-COLLUSION. ANTI-TRUST. NIINIMUNI k\17AGF AFFII)A\*17S 5. CERTIRC ATION FOR FEDERAL-AID CONTRACTS G. ]DISADVANTAGED BUSINESS ENTERPRISE L.7MIZATIOIN CERITFICATION 7, DISADVANTAGED BUSINE SS ENTERPRISE WRITTEN CONFIRAIATION I"UNIENT 8. PROPOSAL_ BI 1) BOND 4. V - bal The documents must be executed by the Contractor's Authorized Official(s) ICON Materials(dba of CPM Development Corporation) Page 15 Bidders Checklist Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see wxw,bxwa.com-Always Verify Scale w `"Of CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned(Bidder)hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement,and the nature of the work,and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease,and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)❑bid bond,or O cashier's check(made payable to the City of Renton),or ❑postal money order(made payable to the City of Renton),in an amount equal to five percent(5%)of the Total Bid Price,is attached hereto. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. ICON Materials(dba of CPM Development Corporation) Page 16 Proposal Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com-Always Verify Scale SW GRADY WAY OVERLAY PROJE(T SCHEDULE OF PRICES Project Number CAG-14-042 Federal Aid Number STPUI,1288(0041 (Note:Unit prices for all items all exiensiottt,and total anwmu or hid shall he slxru0 linter unit prices in nwrwrical figures 0111}iii dollars at Ki cents,i.c.to t"o 121 decivad places rick Iuditif;for u Ixrte collar anwunts).All figures must be clearls legible Hids u ith illegible figures"ill be rejected as unresponsive.It is recon unetitled that all figures be t%txd and 1101 hand u riven I lo"ever,it is not a requirement that figures be t%pelf Bidders uito submit hand-writer bids u ill be requested,but no,rcquircd to provide th pcd versions of their hills A ilhin tucto -four 124 1 hours of bid opening in order to cxpccf le rmeu.tabulation and analcsis or bids h.the Cits to deternunc lowest responsive,responsible bid(to EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 1. Unexpected Site Changes (1-04) 1 FA $ 15,000.00 $ 15,000.00 2. Construction Staking(1-05) 1 LS $ 11,000.00 $ 11,000.00 3. SPCC Plan(1-07) 1 LS $ 1,500.00 $ 1,500.00 4. Mobilization(1-09) 1 LS $ 78,000.00 $ 78,000.00 Project Temporary Traffic Control 5. (1-10) 1 LS $ 139,000.00 $ 139,000.00 6 Sawcutting(2-02) 678 LF $ $ 9.00 6,102.00 7 Remove Curb and Gutter(2-02) 582 LF $ 7.00 $ 4,074.00 Remove Cement Concrete 8' Sidewalk (2-02) 479 SY $ 29,00 $ 13,891.00 Remove Cement Concrete 9' Pavement(2 02) 56 SY $ 57.00 $ 3,192.00 10 Crushed Surfacing Top Course(4- 219 TON $ $ 04) 32.00 7,008.00 11 Pavement Repair Excavation Incl 500 SY $ $ Haul (5-04) 6.00 3,000.00 12 Planing Bituminous Pavement 36178 SY $ $ (5-04) 2.05 74,164.90 HMA for Pavement Repair Class 13. VZ PG 64-22 (5-04) 144 TON $ 97,00 $ 13,968.00 HMA for Prelevel Class '/Z PG 64 14" 22(5-04) 100 TON $ 77,00 $ 7,700.00 15 HMA for Overlay Crass PG 64- 4533 TON $ $ 22 (5 04) 72.00 326,376.00 ICON Materials(dba of CPM Development Corporation) Page 17 Schedule of Prices Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM Cement Concrete Pavement 16. (5-05) 20 CY $ 370.00 $ 7,400.00 17. Adjust Manhole(7-05) 23 EA $ 720.00 $ 16,560.00 18. Adjust Catch Basin(7-05) 9 EA $ 720.00 $ 6,480.00 19. Adjust Water Valve Box (7-12) 19 EA $ 500.00 $ 9,500.00 20 Erosion/Water Pollution Control(8- 1 FA 01) $ 10,000.00 $ 10,000.00 Cement Concrete Traffic Curb and 21. Gutter(8-04) 582 LF $ 19.00 $ 11,058.00 22 Cement Concrete Pedestrian Curb 298 LF $ $ (8-04) 20.50 6,109.00 23 Raised Pavement Marker Type 1 6107 EA $ $ (8-09) 1.60 9,771.20 Raised Pavement Marker Type 2 24. (8-09) 731 EA $ 3.50 $ 2,558.50 25. Adjust Monument(8.13) 11 EA $ 510.00 $ 5,610.00 26. Cement Concrete Sidewalk(8-14) 260 SY $ 44.00 $ 11,440.00 Cement Conc Curb Ramp Type 27' Perpendicular(8-14) 6 EA $ 728.00 $ 4,368.00 Cement Concrete Curb Ramp 28. Type Parallel(8-14) 11 EA $ 800.00 $ 8,800.00 Cement Concrete Curb Ramp 29' Type Single Direction(8-14) 1 EA $ 1,200.00 $ 1,200.00 30. Traffic Signal System(8-20) 1 LS $ 81,000.00 $ 81,000.00 31. Adjust Junction Box(8 20) 4 EA $ 155.00 $ 620.00 32, Conduit Pipe. 1"Dram. (8-20) 300 LF $ 15.75 $ 4,725.00 Apply Non-Skid to Utility Cover(8 33. 20) 8 EA $ 235.00 $ 1,880.00 34. Permanent Signing(8-21) 1 LS $ 410.00 $ 410.00 Remove Existing Pavement 35' Markings (8-22) 1 LS $ 410.00 $ 410.00 36, Plastic Traffic Arrow(8-22) 53 EA $ 50.50 $ 2,676.50 ICON Materials(dba of CPM Development Corporation) Page 18 Provided to Builders Exchange of WA: Inc. For usage Conditions Agreement see www bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 37. Plastic Crosswalk Line(8-22) 1589 SF $ 3.65 $ 5,799.85 38. Plastic Stop Line(8-22) 499 LF $ 6.50 $ 3,243.50 39 Temporary Pavement Markings (8- 16770 LF $ $ 23) 0.55 9,223.50 TOTAL BID AMOI'NT $ 924,818.95 ICON Materials(dba of CPM Development Corporation) Page 19 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com-Always Verify Scale .tyQ 1- Proposal --Signature Page By signing below,Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt Date of Receipt 1 «O'`A 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below,Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is Fidelity&Deposit Company of Maryland 1400 American lane, Tower One, 19th Floor of Schaumburg, IL 60196 (Name) (Address) Bidder: ICO Materials(dba of CPM Development Corporation) Signature of Authorized Official: 1 Printed Name and Title: Rob Meidinger Gener anager/VP Address: 1508 Valentine Ave SE Pacific,WA 98047-2103 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: Washington Corporation Phone No.: 206 575-3200 Date: December 16,2014 This address and phone number is the one to which all communications regarding this proposal should be sent. Page 20 Proposal-Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com-Always Verify Scale CPM DEVELOPMEN''"iwCORPORATION Oldcastle® CORPORATE OFFICE•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 Materials P.O.BOX 3366•SPOKANE,WA 99220-3366.OFFICE:(509)534-6221 •FAX:(509)536-3051 10 (6 CERTIFICATE OF AUTHORITY Central Pre-Mix Concrete Co. Please be advised,that the individuals whose names,titles and signatures appear below are authorized to execute proposals,contracts,bonds,and other documents and/or instruments on behalf of CPM Development Corporation,d/b/a ICON Materials. ICON Materials is a CPM Development Corporation Central Pre-Mix trade name. Prestress Co. Signature Name and Title Inland Asphalt Co. Ric Linares,Regional President A� Interstate Concrete Rob Meidinger,General ManagerNice President &Asphalt Co. Tim Davis,Construction Division Manager w t ICON Materials Rick Maurstad, Senior Project Manager Wenatchee Sand and Gravel Central Washington Concrete Respectfully submitted, Eugene Sand&Gravel CPM DEVELOPMENT CORPORATION 6't -y) V� 4"�te Viking Redl-Mix Susan L.Devaney Northwest Division CFO STATE OF WASHINGTONik­ ) ) ss. Green&White COUNTY OF SPOKANE ) Rock Products On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, Klamath Pacific Corporationfor the uses and purposes therein mentioned. Bandon Concrete &Development SUBSCRIBED and sworn to before me this ,!U, d of t7,2014. River Bend KATHLEEN fRIZZELL giglilature of Notary Sand and Gravel Notary Public State of Washington Print or Type Name of No a ® My Commission Expires NOTARY PUBLIC in and for the State of Washington Salem January 19r 2017 Residing at "Vew-exs Court Road&Driveway My Commission expires on /—/ --Z-,o/7 2 Valley Concrete&Gravel %ftw .,re City of Renton Business License# BL.020544 WA State Contractor's Registration# ICONM**982CF U BI# 601-006-854 Industrial Insurance Account# 700,174-00 Employment Security Department# 618584 01 0 State Excise Tax Registration# 600 664 231 DUNS# 027336650 NOTES: 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$0-no charge ICON Materials(dba of CPM Development Corporation) Page 21 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn-Always Verify Scale Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. ICON Materials(dba of CPM Development Corporation) DOT corm 272 036+ El- Rev FRev sea 5;06 Page 22 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa com-Always Verify Scale 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 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. (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. 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. The prospective participant also aarees 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. MT kece27 r.'(J_q ICON Materials(dba of CPM Development Corporation) Page 23 Certification for Federal-Aid Contracts Provided to Builders Exchange of WA, Inc. For usage Conditions!Agreement see www bxwa.com-Always Verify Scale Local Agency Disadvantaged Business 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 Bidder must submit good faith effort documentation only in Um event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful. The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract Information on certified firms is available from OMWBE, telephone 360-664-9750 or Tall Free 1-866-208.1064 ICON Materials(dba of CPM Development Corporation) certifies that the Disadvantaged Business Enterprise(DBE) (Box 1) Name of&dder 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) Column 1 Column 2 t Column 3 Column 4 Project Role Amount to Name of DBE (Prime,Joint Venture, Certificate Number subcontractor, Description of Work be Applied Manufacturer,Regular Towards Goal Dealer) 1 Advanced Government Services, Inc Subcontractor Traffic Control $103,966.88 D2F8719009 2 G&G Inc Subcontractor Electrical Contracting $82,100.00 D2F0010391 3 4 5 6 7 8 O 10 Disadvantaged Business Enterprise Subcontracting Goal 12% DBE Total S 186,066.88 Box 2 Box 3 Regular Dealer status inust be approved prior to bid submittal by the Ofuce of Equal Gpportun,ty Wash State Dept of l rans(xatation on each contract See the section 'Cred+ting DBE Participation 1 owaid Meeting the Goal if)the Contract Document " The Contracting Agency will utilize this amount to determine whether or not the b,dder has met the goal In the event of an arithmetic difterence between this total and the sum of the individual amounts listed above then the sum of the amounts listed sha'I prevail and the tota will be revised acx;ordingiy Participation in excess of the goal arnount will be considered voluntary or race-necdral participation SR Oi12C 11 Page 24 Local Agency Disadvantaged Business Enterprise Utilization Certification Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa com-Always Verity Scale Local Agency Disadvantaged Business Enterprise erprise (DBE.) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with,regard to the referenced.project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate In the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certificatloo. Contract.Title: t ICON M8ter'8's co; cj C, Bidder's Business Narne:. ,M D,.vejopmen, DBE's Business Nanw:: M*VC�111 _-e.lj (�V1414Z,4 V,(-er' DBE Signature* J J DBEs Title: Date, 1�., � 1 I i The ate.- The entries must be consistent with what is shown on the bidder's Disadvantaged 13usiness Enterprise Utilization.CwtiMpatiJon. Failure to do so will result in bid rejection. See contract provision; Disa vantaged Btts�,ess Enterpilse Condition of Award Parficlpefidn, Description of Work:, V (—e— Amount to be Applied'Towards Goal-, SR DOT ForM422-4031AEF 070011 raided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale . FROM ': FAX NO. Dec. 15 2014 05:41AM P3 **MW err, *W Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enter rise Utilization Certification. Contract Title: 7 7,« VZA ICON Materials Bidder's Business Name: (dba of CPM Development Carp-) `err DBEs Business Name: -5:( \ �� DBE Signature: DBEs Title: - - Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: s \ Amount to be Applied Towards Goal: 0 CCS SR COT >o:me77-03�A== 0%/2099 age 25 Local Agency Disadvantaged Business Enterprise(08— Written Confirmation Document ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvw+.bxw2.com-Always Verify Scale Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor) ICON Materials(dba of CPM Development Corporation) of[address]1508 Valentine Ave SE Pacific,WA 98047-2103 m Principal, City of Renton and[Surety) Fidelity&Deposit Company of Maryland a corporation duly organized under the laws of the state of Maryland and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following highway construction,to wit: SW Grady Way Overlay Project said bid and proposal,by reference thereto,being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 16th day of December 2014 ICON Materials (dba of CPM Development Corporation) Fidelity&Deposit Compa of Mj3ryland [Sur;�.r [Signa ure of orize fficial) gnature of authorized official] General Manager/V By: Karen Rhinehart (Title) [Attorney-in-Fact] 1508 Valentine Ave SE [Address) Pacific,WA 98047-2103 206b 575-3200 _ [Telephone Number] Page 26 Proposal Bid Bond Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com-Always Verify Scale Nape V44001 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Rob D. MEIDINGER, Karen RHINEHART and Susan L. DEVANEY, all of Pacific, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials (dba of CPM Development Corporation),Kent,Washington each in a penalty not to exceed the sum of$1,000,000 and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 28th day of October,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND O N i BEAL 3 ••�aNa.�...a"• } =---=- Assistant Secretary Vice President Michael McKibben Thomas O.McClellan State of Maryland City of Baltimore On this 28th day of October,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and MICHAEL MCKIBBEN,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instnunent by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. f 1 'ff�lf tlltt`` Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 020-8022U EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney.-Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this of Decemher 12014 'w,p�14v moi, '� '• '4S +ii'4y ''Gl a no :x' 03 3 BRA P�' Michael Bond,Vice President Doug Jacobson From: Rhinehart, Karen (ICON)<krhinehart@oldcastlematerials.com> Sent: Thursday, December 18, 2014 2:29 PM To: Doug Jacobson Cc: Eichelberger, Mark(ICON) Subject: SUBCONTRACTOR LIST-SW GRADY WAY OVERLAY PROJECT Attachments: SICONPACENG14121815290.pdf Good afternoon Doug, Attached is ICON Materials Subcontractor list. Thank you, Karen Rhinehart Contract Administrator ICON Materials 206 574-3910 1 v P gar Vale M. PROJECT PROPOSAL PROJECT:SW GRADY WAY OVERLAY PROJECT CAG NO: 14-042 COMPANY: Lakeridge Paving CO BID AMOUNT: $942 , 715 . 5 0 LLC. ADDRESS PO BOX 8500 TEL No: 253 631 8290 Covington WA 98042 Page 14 Project Proposal Provided b Builders Ewhange of WA,Inc. For usage Condttlons Agreement see www.bxwo.com-Ahwys Verify Scale *40W rd' BIDDER'S CHECKUST I BIDDER'S CHECKLIST 2. PROPOSAL&SCHEDULE OF PRICES 3 PROPOSAL SIGNATURE PAGE 4. NON-COLLUSION DELT ARATION.NON-COLLUSION, ANTI-TRUST, MEKMIUM WAGE AFFIDAVITS S x CERTIFICATION FOR FEDERAL-AID CONTRACTS b. DISADVANTAGED BUSINESS ENZERPRISE UMJZATION �t C"ERTIFIC'-MON 7. �\ DISADVANTAGED BUSINESS ENTERPRISE MU17EN x CONFlRMA17ON DiaCiJlVINT 8. PROPOSAL BID BOND The documents mint be executed by the Contractor's Authorized Officaal(s) Page 15 Bidder's Checklist Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwo.com-Always Verify Scale `%WW sur/ CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number; STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen. The undersigned(Bidder)hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this Improvement,and the nature of the work,and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to Increase or decrease,and hereby proposes to perform all quantities of work as either increased or decreased In accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)Qtbid bond,or E3 cashier's check(made payable to the City of Renton),or 0 postal money order(made payable to the City of Renton),In an amount equal to five percent(5%)of the Total Bid Price,Is attached hereto. Bidder understands that Contract Award or Bid refection will occur within 45 calendar days after the opening of bids, as specified in Section 1-133.2 of the Standard Specifications. Bidder further understands that should Bidder fall to enter into this contract in accordance with his or her Bid and fumish a performance bond within a period of swan(101 dove from the date at which he or she Is notified that he or she Is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth In RCW 35A 40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 3Q workic�dove from the date of written Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton.as specified In Section 108.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering Inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. Page 16 Proposal Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.00m-Always Verify Scale M Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor]Lakeridge Paving Company L.L.C. of[address] PO Box 8500,Covington,WA 98042 as Principal, and[Surety]Intemational.Fidelity Insurance Company a corporation duly organized under the laws of the State of New Jersey and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton In the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following highway construction,to wit: SW Grady Way Overlay.CAG-14-042 said bid and proposal,by reference thereto,being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton In accordance with the terms of the Proposal and fumish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 16th day of December 2014 Lake*Pavingom C. International Fidelity Insurance Company [Prin [Surety] [Signrcw [Signatu of authof'zed official] O �Y�r`�� By. t [Title] cf"�"Fc rF�Ern [Attorney-ii-Fact] Chri er Kt on Uv [Address] 5950 S.Willow Drive Suite 310 Greenwood Village,CO 80111 (303)781-3376 [Telephone Number] s r ! 4 'fit Tel(g73}624 72La00 YY ET INTER ATI;ONA�''FIDELtTY' MSURAN E � PANY ALLEGHENY CASUALTY COMPANY ONE:NEWARK CENTER, 20TH=FLOOR NEWARK, NEW JERSEY 47102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania;having their principal office in the City of Newark;New Jersey,do hereby constitute and appoint KYLE HOWAT, KELLIE HOGAN, SANDRA KULSETH, CHRISTOPHER KINYON, JAMIE DIEMER,, LM ANDERSON, PEGGY A. FIRTH, KAREN SWANSON, PETER J. COMFORT, JAMES B. BINDER, ERIC A. ZIMMERMAN, BRENT<E. HEI'LESEN, WYNTRENE L. MACE, JENNIFER L. SNYDER, CARLEY ESPIRIT'U, MANDY KELTNER, JULIE R. TRUITT KRISTINE A. LAWRENCE, DIANE HARDING JAKE OJA Tacoma, WA their true and lawful attorneys)-in-fact to execute,seat and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory m the nature thereof, which are or maybe allowed,required or permitted by law,statute rote,regulation,contract or otherwise' and the execution of such instrument(s) in ursuance of these presents,shall be as binding upon'the said IN1 ERNATtONiAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALOMPANY, as fully and amply, to all 'intents and purposes,as if the same had been duly executed and acknowledged by their',regularly elected officers at their principal offices, This Power of Attorney is executed and rrmy be revoked, pursuant to and by authority of the By ,-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the followin resolution adopted by the Board of Directors of INTERNATIONAL_FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,20 1%and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED,that (1))the President,Vice President,Executive Vice President or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited n their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related.,thereto; and(2)•any such Officers of the Corporation may appoint revoke the appointments of joint-control custodians,a ents for acceptance of process,and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution o any bond,`undertaking,recognizance, contract of indemnity or other written obii ation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Forporation as the original'signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS 'WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY`and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 22nd day of July,2014. #, r STATE OF NEW JERSEY �' r County of EssexSEAL 1I 19� ROBERT W.MINSTER x Executive Vice President/Chief Operating Officer (International Fidelity Insurance Company) SYL`I and President(Allegheny Casualty Company) On this 22nd day of July 2014, before me came the individual who executed the preceding'instrument,to me personally known',and, being by me duly sworn,''said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE'COMPANY and ALLEGHENY'CASUALTY' COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies_ IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my Official Seal, �,yW�• �•+,�r at the City of Newark,New Jersey the day and year first above written. ,.y a ; rr f_ r A NOTARY PUBLIC OF NEW JERSEY' My Commission Expires April 16,2019 CERTIFICATION 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that)have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the;By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that ,the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect.' IN TESTIMONY WHEREOF, I have hereunto set my,'hand this 1 day of ��j°/9� t MARIA BIANC4,Asstarit Seerry. SW GRADY WAY OVERLAY PROJEC SCHEDULE OF PRICES Project Number COG-14-042 Federal Aid Number STPUL-1288(004) (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents.i .e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures will be rejected as unresponsive. It is recommended that all figures be typed and not hand-written. However,it is not a requirement that figures be typed. Bidders who submit hand-written bids will be requested,but not required,to provide typed versions of their bids within twenty-four(24)hours of bid opening in order to expedite review,tabulation and analysis of bids by the City to determine lowest responsive,responsible bidder.) EXTENDED DESCRIPTION OF ITEM APPROX AMOUNT NO. (SPECIFICATION REGERENCE) QUANTITY UNITS UNIT PRICE FOR ITEM 1 Unexpected Site Changes(1-04) 1 FA $ 15,000.00 $ 15,000.00 2 Construction Staking(1-05) 1 LS $ 10,500.00 $ 10,500.00 3 SPCC Plan (1-07) 1 LS $ 500.00 $ 500.00 4 Mobilization (1-09) 1 LS $ 77,000.00 $ 77,000.00 Project Temporary Traffic Control (1- 5 10) 1 LS $ 135,000.00 $ 135,000.00 6 Sawcutting(2-02) 678 LF $ 9.00 $ 6,102.00 7 Remove Curb and Gutter(2-02) 582 LF $ 5.50 $ 3,201.00 Remove Cement Concrete Sidewalk (2- 8 02) 479 SY $ 20.00 $ 9,580.00 Remove Cement Concrete Pavement 9 (2-02) 56 SY $ 50.00 $ 2,800.00 10 Crushed Surfacing Top Course (4-04) 219 TON $ 50.00 $ 10,950.00 Pavement Repair Excavation Incl Haul 11 (5-04) 500 SY $ 28.00 $ 14,000.00 12 Planing Bituminous Pavement(5-04) 36178 SY $ 2.50 $ 90,445.00 HMA for Pavement Repair Class 1/2" 13 PG 64-22 (5-04) 144 TON $ 100.00 $ 14,400.00 HMA for Prelevel Class 1/2" PG 64-22 14 (5-04) 100 TON $ 95.00 $ 9,500.00 HMA for Overlay Class 1/2" PG 64-22 15 (5-04) 4533 TON $ 74.00 $ 335,442.00 LA 1 GI1 V G V DESCRIPTION OF ITEM APPROX AMOUNT NO. (SPECIFICATION REGERENCE) QUANTITY UNITS UNIT PRICE FOR ITEM 16 Cement Concrete Pavement(5-05) 20 $ 374.00 $ 7,480.00 17 Adjust Manhole (7-05) 23 $ 685.00 $ 15,755.00 18 Adjust Catch Basin (7-05) 9 $ 685.00 $ 6,165.00 19 Adjust Water Valve Box(7-12) 19 $ 485.00 $ 9,215.00 20 Erosion/Water Pollution Control (8-01) 1 $ 10,000.00 $ 10,000.00 Cement Concrete Traffic Curb and 21 Gutter(8-04) 582 $ 20.00 $ 11,640.00 Cement Concrete Pedestrian Curb (8- 22 04) 298 $ 18.75 $ 5,587.50 23 Raised Pavement Market Type 1 (8-09) 6107 $ 1.50 $ 9,160.50 24 Raised Pavement Market Type 2 (8-09) 731 $ 3.50 $ 2,558.50 25 Adjust Monument(8-13) 11 $ 474.00 $ 5,214.00 26 Cement Concrete Sidewalk(8-14) 260 $ 43.25 $ 11,245.00 Cement Conc Curb Ramp Type 27 Perpendicular(8-14) 6 $ 700.00 $ 4,200.00 Cement Concrete Curb Tamp Type 28 Parallel (8-14) 11 $ 775.00 $ 8,525.00 Cement Concrete Curb Ramp Type 29 Single Direction (8-14) 1 $ 1,135.00 $ 1,135.00 30 Traffic Signal System (8-20) 1 $ 77,000.00 $ 77,000.00 31 Adjust!unction Box(8-20) 4 $ 150.00 $ 600.00 32 Conduit Pipe, 1" Diam. (8-20) 300 $ 15.00 $ 4,500.00 33 Apply Non-Skid to Utility Cover(8-20) 8 $ 150.00 $ 1,200.00 34 Permanent Signing(8-21) 1 $ 1,500.00 $ 1,500.00 Remove Existing Pavement Markings(8 35 22) 1 $ 2,000.00 $ 2,000.00 36 Plastic Traffic Arrow(8-22) 53 $ 48.00 $ 2,544.00 Nrr' EXTENDED DESCRIPTION OF ITEM APPROX AMOUNT NO. (SPECIFICATION REGERENCE) QUANTITY UNITS UNIT PRICE FOR ITEM 37 Plastic Crosswalk Line(8-22) 1589 SF $ 3.50 $ 5,561.50 38 Plastic Stop Line (8-22) 499 LF $ 6.00 $ 2,994.00 39 Temporary Pavement Markings(8.23) 16770 LF $ 0.15 $ 2,515.50 TOTAL BID AMOUNT $942,715.50 �i 2(v'� Proposal — Signature Page By signing below,Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt Date of Receipt 1 12/16/14 3 2 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disquo/Wed. By signing below,Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Tide 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-0714 The Surety Company which will furnish the required Contract Bond is of One Newark C:P ter 20th Floor Company (Nam) Newark, New Jersey 07102-5207 Bidder: Lakerid Company LLC Signature of Authorized official: Printed Name and Title: Jon Cheetham Managing Member Address: PO BOX 8500 Covington WA 98042 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: Corpor ation Phone No. HI253_ Date- 12/15/14 This address and phone number is the one to whkh all commumcations regarding this praposol should be sent. Page 20 Proposal-Signature Page Provided to Builders Ewhange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale *knoll W" CITY OF RENTON RENTON,WASHINGTON ADDENDUM NO. 1 to the CONTRACT DOCUMENTS for the SW Grady way Overlay Project Federal Aid Number:STPUL-1288(004) City Contract:CAG 14-042 Date of Issue: December 16, 2014 Date of Bid Opening: December 18, 2014 ATTENTION: All Bidders and Planholders The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this Addendum to their copy of the Contract Documents. Failure to do so will subject the Bidder to disqualification of his/her bid. 1. CONTRACT PROVISIONS Table of Contents III. Project Proposal ADD the following: 9. *Local Agency Subcontractor List(WSDOT Form 271.015A) III Project Proposal Bidder's Checklist AM the following: 9. Local Agency Subcontractor List Proposal The following form is required for this project and shall be ADDED to the Proposal: • Local Agency Subcontractor List(DOT Form 271-015A EF) 2.BID OPENING The bid opening date iM changed to December 18,2014 at 2:00 PM. City of Renton Addendum No.1 SW Grady Way Overlay Project December 16,2014 Page 1 of 2 Page 1 Addendum#1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale S".r✓ Bidders shall acknowledge receipt and acceptance of this Addendum No.i in the space provided on the Proposal. X s PE Dep W rks Administrator City of Renton Addendum No.i SW Grady Way overlay Project December 16,2014 Page 2 of 2 Page 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale *40900 Local Agency Name Lakeridge Paving Co LLC Local Agency Subcontractor List Local Agency Address Pal BOX 8500 Prepared to corWarm with RCW39.30.060 as amended Covington WA 98042 To Be Submitted with the Bid Proposal Project Name SW Grady Way Olverlay Project City of Renton, WA Failure to list subcontractors with whom the bidder,if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning,plumbing,as described in Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW,and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s)name. To the extent the Proiect Includes one or more cateWQs of work referenced in RCW 39,30 060 and no subcontractor is listed below to perform such work,the bidder certifies that the work Vail either(il,l b performed by the bidder itself.or(11)be performed by a lower i r ubcontractq,r whoMjil not contract dinictlx with the bidder, Subcontractor Name G.G. Inc . Work to be Performed _.ElectiGi - Subcontractor Name Work to be Performed Subcontractor Name ,. . .. Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed "Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes,etc, are considered electrical equipment and therefore considered part of electrical work,even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Forth 271-MSA EF R*VWW 6812012 *rr✓ "'mol` City of Renton Business Ucense# -BL007085 WA State Contractor's Registration# UBI# 601 592 135 industrial Insurance Account#! 988 5603 Employment Security Department# 8446140117 State Excise Tax Registration# 91-1145165 DUNS# 05-731-6457 NOTES. 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner If the Bidder Is a corporation,proposal must be executed in the corporate name by the president or Wee-president(or any other corporate officer accompanied by evidence of authorityto sign). 2. A bid must be rereived on all Items If any unit prices or extensions are left blank,they will be entered as$C--no charge Page 21 Provided to Builders Exchange of WA Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Failure to return this Declaration as pait`of the bid proposal package will make the bid nonresponsive and ineligible for amrd. NON-COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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, 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report ngging activities call: 1-800424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8.00 a.m.to 5:00 p.m., eastern time Anyone with knowledge of possible bid rigging, bidder collusion., or other fraudulent activities should use the"hotline"to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected DOT Foam 72-WV EF Revised 6106 Page 22 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com ,Always Verify Scale *Ale Certifloation for Fodoral-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 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. (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. 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 Rrereguisite for making or entering,( is tMMactlon Imposed by Section 1352, Title 31, U S.Code Any person who fails to file the required certification shall be subject to a onrll penalty of not less than$10,000 and not more than$100,000 for each failure The prospective participant also agrees by submitting his or her bid or proposal that he or she shall re uire that the Ian ua a of this certification be included in all lower tier bcontracts which exceed $100,000 and that all such subreciplents shall certify and disclose accordingly. DOT Form 2724M Et %N*ed V2M Page 23 Certification for Federal-Aid Contracts Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxvva.com-Always Verify Scale Local Agency Disadvantaged Business 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 Disadvarttaged Business Enterprise utilization certification relating to Disadvantaged Business Enterprise(DBE)requirements.The Contracting Agericy shall consider as non-responsive and shalt rrjaot any bid proposal that does not contain a DBE Oertiflcatlon which property demonstrates that the bidder will meet the DBE participation requirements In one of the manners provided for in the proposed contract, The Bidder must submit good faith effort documentation only In the eyaritthe bidder's efforts to solicit sufficient DBE participation has been unsuccessful.The successful bidder's Disadvantage Business Enterprise'Ublization Certification shag be deemed a part of the resulting contract Information on certified firms is available from OMWBE,telephone 380.664-9750 or Toll Free 141313.2008-1084. Lakeridge Paving Company LLC certlfiesthat the Disadvantaged Business Enterprise(DBE) N1100 of UWCW Firms listed below have been contacted regarding participation on this project If this bidder Is successful on this project and is awarded the oortract,t shall assure that subcontracts or supply agreements are executed with those firms where an'Amouftt to be Applied Towards Goal"Is listed(It necessary, use additional sheet.) Column I Column 2 * odumn 3 Column 4 Project Role Amount to Name of DBE (alum Joint MmWir% Certifltaate Number s"�"tr'd"• Description of Work be Applied Menaaewr.r,Regina Towards Goal i_ G&G Inc . Subcontractcr Electrical $82,100.00 #D2F5010391 2. Silverstreak Inc Subcontractor Trucking $15,000.00 3' Enaineerina Intl. Subcontractor Construction Staking $10,420.00 MM0016030 4 „Glabal Concrete Cutting Inc_.._ Subcontractor Saw Cutting $6,000.00 D3M0022412 5. 6. 7. 6. 9. 10, Disadvantaged Business Enterprise Subcontracting Goal: 12% DBE Total$ $113,520.00 ' Box 2 Baur 3 Regular Dealer status must be approved pno to bid submittal by the office of Equal Opportunity,Wash.State Dept.of Transportation,on each contract Seethe section"Crediting DBE Participation Toward Meeting the Goal•in the Contract Document The contracting Agency will utilize this amount to determine whether or not the bidder has met the goal.In the event of an arithmetic differen oe between this total and the sum of the Inllvidual amounts listed above,then the sum of the amounts listed shall preva Il and the total will be revised accordingly. Participation in axcess of the goal amount will be considered voluntary or race-neutral participation. SR DOT Fonn In-MA EF 07/20.*1 Page 24 Local Agency Disadvantaged Business Enterprise utilization certification Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwe.com-Always Verity Scale FROM FAX NO. Dec. 15 2014 05:37AM P2 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged-Business-F-nterprise UtilizatiQn Certification. Contract Title: r 1\ f Bidder's Business Narne: DBE's Business Name: C DBE Signature: DBE's Title: Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision, prisL D Is. IV i savantaged Business Enterprise Condition of Award Participation. Description of Work: , C �-,C r C K i ck Amount to be Applied Towards Goal: SR DOT F0rrr4-12-031A=-F U71201 Jge 25 Local Agency Disadvantaged Business Enterprise(013E)Written Ccrifirm2tion Document ovided to Builders Exchange of WA, Inc Por usage conditions Agreement,;f-,v~,hr ., al.... _%1--;_-__. Recej-ved� 12/18/14 1 :28PN1; 425 432 5515 -> LAKERIDGE PAVING CO; Page 1 --- 12/18/2014 13:47 FAX 425 432 5515 SILVER STREAK INC 2001 -' Y. —r%LnlLJac rrwllVli GU; 2538309709; Dec-1 t 1 :26PM; Page 1/1 I Local Agency Disadvantaged Business Enterprise DBE Written Confirmation Document. ) As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the reMrenced project and if the bidder is awarded the contrbet we will enter into an agreement with the bidder to pa-fticipate in the project consistent with the information provided in the bidder'sibis»dvantaged- „+p Mrise Centrad tele: Siddees Business Nirna: ' DOES Business Nl rne: i —5 OBE Signature: i f?Bt:'s Title: 54 ' rkg4 i Date; i14 i The entries must bar consistent with what is shown on the bidder's plsadvanta944 Business Enterprlss Utilization Certification, Failure to do so will result in bid rejection, gee contract provision; Diaaventegod Business Enllsrprise Conditn of Award Psrficipsfion. 003oription of Work: Ie c, C i Amount to be APPli d Towards Goal.- Q SR Local 07�11 .25 LOOZ•oMA Cr Agency Disadvantaged Business Enterprise(oaQ Written Confirmation Document ided to Builders Exchange of1NA Inc, For usage Conditions Agreement see www.bMa.c,0M-Aty,.a ve' ale Ys: nfyr scale *MOO, V"01 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enter rise Utilization Certification, contractTitle: SW Grady Way Overlay Project,City of Renton,WA Bidder's Business Name: OBE's Business Name: Obunco Engineering, Intl. DBE Signature: DBE's Title: Survey Manager Daft. 12-17-2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision;Disadvantaged Business Enterprise Condition of Award Participation. Description of Mrk: Construction Staking Amount to be Applied Towards Goal. $10,420.00 t SR DOT Form 422-031 A EF 0712011 A► state Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. Contract Title: SW Grady Way overlay Project, City of Renton, WA Bidder's Business Name: DBE's Business Name: Glabal Concrete Cutting, Inc. DBE Signature: txgdm�' d DBE's Title: President Date: 12/16/2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: Saw Cutting Amount to be Applied Towards Goal: $ 6, 000. 00 DOT Form 422-031 EF Revised 06/2011 "Ole I/ LLI v Z .d- u. 0 0 00 N w W cc W Y LL. 015 v av Lij U C'--) U Lnn 0 O A O 00 pp O1 a N U O O U L C Ln O O � ti 4- U O L O � N U J LU N z oo O a v rn U ra a) O m Q Q � O O c r1 C N i N Q pmp ++ v N ro v ra 4- _ a ro ;a av O �. m �O > C7 p m O N L +� a a U vi m m tlR j III. PROJECT PROPOSAL PROJECT:SW GRADY WAY OVERLAY PROJECT CAG NO: 14-042 COMPANY; Miles Resources, LLC BID AMOUNT: ADDRESS 400 Valley Ave NE TEL NO: 253-383-3585 Puyallup, WA 98372 A m U C0 Z7 O N Q 0 O U N N N C N E N U Qi Q N C O U C O U rn LLV) `o U C d 0 O N m C ([f N U O Q CL� L Q� 0 V N O 'p CD 6- .2 a o> > � o fl- e� 7 VOW *eve t BIDDER'S CHECKLIST L _'�_ BIDDER'S CHECKLIST 7. PROPOSAL&SCHEDULE OF PRICES ?. PROPOSAL SIGNATURE PAGE 4. ✓r NON-COLLUSION DECLARATION, NON-COLLUSION, ANTI-TRUST, MINIMUM WAGE AFFIDAVITS 5. C ERM' CATION FOR FEDERAL-AID CONTRACTS 6. V DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 7. DISADVANTAGED BUSINESS ENTERPRISE XN'RITTEN CONFIRMATION DOCUMENT 8. PROPOSAL..BID BOND The documents must be executed by the Contractor's Autliorized Official(s) Page 15 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ` r CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned(Bidder)hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement,and the nature of the work,and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease,and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)®bid bond,or 0 cashier's check(made payable to the City of Renton),or ❑postal money order(made payable to the City of Renton),in an amount equal to five percent(5%)of the Total Bid Price,is attached hereto. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. Page 16 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 'fir SW GRADY WAY OVERLAY PROJECT SCHEDULE OF PRICES Project Number CAG-14.042 Federal Aid Number STPUL-1288(004) tNote:Unit prices for all items.all extensions,and total amount of bid shall be showrt, linter unit prices in rtuincrical figures anly in dollars and cents,i.c,to two(2)dechlial places tlucludfnn for whole dollar antowtis).All figures must be clearly legible,Bids with illegible figures will be rejectat as unresponsive.It is recornnkndcd that all figures be typed and rut luind-wrfscn.Flowcvcr,it is not a requhtntent that figures be need,Bi(Iders who submit hand-written bids will be requested,but not required to provide typed versions of their bills within twcuty-four(24)hours of bid opening In order to expedite review,tabulation anti amdysis of bids by the City to detennhw lowest responsive,responsible bidder.) EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 1. Unexpected Site Changes(1-04) 1 FA $ 15,000.00 $ 15,000.00 2. Construction Staking(1-05) 1 LS $ 3. SPCC Plan(1-07) 1 LS $ C�CQ Go $ 7 a- 4. Mobilization(1-09) 1 LS $ W, $ Project Temporary Traffic Control 5 (1-10) 1 LS $ 2_C .U (,'U $ ,IU- 1__- 6. Sawcutting(2-02) 678 LF $ , $ 7. Remove Curb and Gutter(2-02) 582 LF $ GO $ j b,,9�Cbi -(V 8 Remove Cement Concrete 479 SY $ 1 c $ o Sidewalk(2-02) I Remove Cement Concrete 9' Pavement(2-02) 56 SY $ l yry $ CJ (� 10 0 Crushed Surfacing Top Course(4- 219 TON $ �� , $ 11. Pauement 04)Repair Excavation Incl 500 SY $ Zh � $ Hl VV 12. Planin(5-04)9 Bituminous Pavement 36178 SY $ t Yrt. t NMA for Pavement Repair Class f� 13. 144 TON $ ''Ile PG 64-22(5-04) � � $ �( 1A C'• W HMA for Prelevel Class 1/2"PG 64- -y 14. 22(5-04) 100 TON $ " I (moi $ I—� ,_r��1 HMA for Overlay Class %" PG 64- � 15. 22 (5-04) 4533 TON $ ') 1 �i $ L) Page 17 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 16' 5Cement Concrete Pavement 20 CY $ Z Do, co 17. Adjust Manhole(7-05) 23 EA $ Go $ G"1, ) 18. Adjust Catch Basin(7-05) 9 EA $ FIA $ 19. Adjust Water Valve Box(7-12) 19 EA $ V� 20 01}slon/Water Pollution Control (8- 1 FA $ 10,000.00 $ 10,000.00 21 Cement Concrete Traffic Curb and 582 LF Gutter(8-04) $ I , c'i $ Cement Concrete Pedestrian Curb 22. (8-04) 298 LF $ Z �� $ L� 00 Raised Pavement Marker Type 1 23. (8.09) 6107 EA $ Q $ 24 Raised Pavement Marker Type 2 731 EA $ ' (8-09) C—-- , r✓ 25. Adjust Monument(8-13) 11 EA $ Jf`^, i $ t:� CCL. 26. Cement Concrete Sidewalk(8-14) 260 SY $ 4 Cement Cone Curb Ramp Type 1 SIL 27 Perpendicular(8-14) 6 EA $ it, C $ Cement Concrete Curb Ramp 28. Type Parallel(8-14) 11 EA $ ( '� r 4 ( �r) $� 29 Cement Concrete Curb Ramp 1 EA $ I $ �G Type Single Direction(8-14) LAG ( i l)�1• (�- 30. Traffic Signal System (8-20) 1 LS $ ' $ 31. Adjust Junction Box (8-20) 4 EA $ ��V �(� $ 0 32, Conduit Pipe, 1"Diam. (8-20) 300 LF $ 00 $ � 11 33. Apply Non-Skid to Utility Cover(8- 8 EA $ 20) i wt I $ a i . �_ 34. Permanent Signing (8-21) 1 LS 35 Remove Existing Pavement 1 LS $ 1�i Markings(8-22) 2 f �) L0 $ �c. 36. Plastic Traffic Arrow(8-22) 53 EA $ I $ � 1 Page 18 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale `fir✓ �'' EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 37. Plastic Crosswalk Line(8-22) 1589 SF $ 50 $ G C�v 38. Plastic Stop Line(8-22) 499 LF $ ,. $ 39 Temporary Pavement Markings (s- 16770 LFLi TOTAL BID AMOUNT $ �� ' Page 19 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www,bxwa.com-Always Verify Scale \✓ i �ty or � —Proposal Signature Page P g g By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt /`- Date of Receipt 1 III IU /��,}`"� 3 2 4 NOTE. Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is Liberty Mutual Insurance Company pf1001 4th Ave, Ste. 1300 Seattle, WA 98154 (!Name) (Address) Bidder: Mil s Re u es, Signature of Authorized Official: Printed Name and Title: Michael Tollkuehn - Operations Manager Address: 400 Valley Ave NE Puyallup, WA 98372 Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: N/A Corporatio LLD Phone No.: 253-383-3585 Date: 12/16/2014 This address and phone number is the one to which all communications regarding this proposal should be sent. Page 20 Proposal-Signature Page Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale City of Renton Business License# BL.0322 62 WA State Contractor's Registration# MILESRL897RK UBI# 602-870-349 Industrial Insurance Account# 183 696-00 Employment Security Department# 596637000 State Excise Tax Registration# 602-870-349 DUNS# 961678013 NOTES: 1. If the Bidder is a cc-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder Is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$0-no charge Page 21 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Failure to return 'is Declaration as part of the bproposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline"to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5106 Page 22 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com-Always Verify Scale 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 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. (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. 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. 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. (JOT Form 272.040 EF RevO,ed 1120M Page 23 Certification for Federal-Aid Contracts Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Local Agency Disadvantaged Business 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 Bidder must submit good faith effort documentation only in the even the bidder's efforts to solicit sufficient DBE participation has been unsuccessful.The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE,telephone 360-664-9750 or Toll Free 1-866-208-1064. Miles Resources, LLC certifies that the Disadvantaged Business Enterprise(DBE) (Box 1) Mame of 8:6der 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.) Column 1 Column 2 " Column 3 Column 4 *" Project Role Amount to Name of C?BE (Prime,Joint Venture, Description of Work be Applied Certificate Number Subcontractor, Manufacturer,Regular Towards Goal Dealer) 2. rt 1,1,-1 41 " �a t r.l 3. 4. 5. 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: ° DBE Total 6 Box 2 box 3 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity,Wash.State Dept.of Transportation,on each contract. *' Seethe section"Crediling DBE Participation Toward Meeting the Goal"in the Contract Document. 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. Participation in excess of the goal amount will be considered voluntary or race-neutral participation. SR OST Form 272-056A EF 0712011 Page 24 Local Agency Disadvantaged Business Enterprise Utilization Certification Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale FROM FAX NO. Dec. 15 2014 05:44AM P3 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), l confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Fnterprisq Utilization Certification. Contract Title: - Bidder's Business Narne: 0&:`,eS L.LC DBE's Business Name: DBE Signature: DBE's Title; Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification_ Failure to do so will result in bid rejection. See contract provision: Disavantagad Susiness Enterpri3e Condition of Award Participation. Description of Work; u Amount to be Applied Towards Goat: ©� �c SR DOT Fb- n 422-D3?A-= 0712011 '9c 26 LoQuI Agency Disadvantaged business Enterprise(DBE)Written Confirmation Document wided to Builders Pxchange of WIC. Inc, For usage Conditions Agreement see W%&W.bx-a.com-AIwaVS verifv Sra1P 12/15/2014 MON 16:29 [TX/RX NO 51311 la003 ,Dec. 18. 2014 10: 55AM No. 1883 P. 3/3 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and If the bidder is awarded the contract we will enter into an agreement with the bidder to participate In the project consistent with the Information provided in the bidder's Disadvantaged Business Enterprlse Utilization Certification. Contract Title: SW Grady Way Overlay Project Miles Resources,LLC Bidder's Business Name: DBE's Business Name: Reece Trucking&Excavating Inc DRE Signature: President DBE's Title: Date: 12/18/2014 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Diseventaged Business Enterprise Condition of Award Participation. Description of Work: planing Bituminous Pavement Amount to be Applied Towards Goal: $36,310.20 SR DOT farm 4r2.o3iA)Er 07Mii Page 25 Local Agency Disadvantaged Business E�nberprisa(DBE)Written Confirmation Document Provided to Builders&change of WA,Inc. For usage Conditions Agreement see www.b)ma.com-Always Verity Scale 12/18/2014 THU 11:00 [TX/RX NO 51651 X003 Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS,That we,(Contractor)Miles Resources,LLC of(address] 400 Valley Ave NE,Puyallup,WA 98372 as Principal, and[Surety)Liberty Mutual Insurance Company a corporation duly organized under the laws of the State of Massachusetts and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton in the sum of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made, we bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,jointyand severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following highway construction,to wit: SW Grady WU Overlay Project,Federal Aid#STPUL-1288(004) said bid and proposal,by reference thereto,being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 16th day of December 2014 Miles Resources LLC Liberty Mutual Insurance Company [Prin 'pal]MW TO1 uehn [Surety] [Si a ure ofau horized official] [Signal e f author' ed offi ] Operations Manager By: [Title] [ or ey-i Fact ennif L. Snyder [Ad ess) 1001 4th Avenue,Suite 1300 Seattle,WA 98154 (206)473-3633 [Telephone Number] THI:,POWER.OF ATTORNEY IS NOT VAt,ID UNLESS IT IS PRINTED ON RED BACKGRnUND. This Power of Attorney limits the acts of those name lin,and they have no authority to bind the Company excer eye manner and to the extent herein stated. 71Certificate No. 6747626 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and TheOhioCasualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Barbara A.Johnson;Brent E.Heilesen;Carley Espiritu;ChristooherKinyon;Cynthia L.Jay;Diane M.Harding;Enc A.Zimmerman;Jake Oia;James B.Binder;Jamie Diemer;>Jeffrey L.Zimmerman;Jennifer L.Snyder;Julie R.Truitt;Karen Swanson;Kellie Hogan;Kristine A.Lawrence; Lisa M.Anderson;Mandy Kellner;Mitchell R.Smee;Peggy A.Firth;Peter J.Comfort;Sandra J.Kulseth•Wyntrene Mace all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of October 2014 American Fire and Casualty Company 01 The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company W West merican Insurance Company N 3 �_ By: STATE OF PENNSYLVANIA ss David M.Care,Assistant Secretary c ca i COUNTY OF MONTGOMERY dOn this 20th day of October 2014 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and L. v a) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,U) p execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CD W rp C a`> > IN WITNESS WHEREOF}have hereunto subscribed'illy name and affixed my notarial seal at Plymouth Meeting;Pennsylvania,on the day and year first above written. O 0. w O / /(G O Teresa Pastella,Notary Public Ly 60 G � E c This Pouter of Attorney is made and executed prlra tlo aixt auuionty of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance N p ry Company,Liberty Mutual Insurance Company, Insurance Company which resolutions are now in full force and effect reading as follows: =o ego W ARTICLE IV-OFFICERS-Section 12.Power ofAttomey.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O 4; to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, .�'4) O S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective 'C 3 E y" powers of attorney;shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 4> p� executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative orattomey-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _I ARTICLE All Execution of Contracts-SECTION 5,Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E qo > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute; L.c 6 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their c? Z-c� respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0o 0 T- executed such instruments shall be as binding as if signed by the president and attested by the secretary. O to Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in ~`! fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I;Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power ofAttomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this a day of Cra Oobt.!f 20� By: F Gregory W.Davenport,Assistant Secretary .� LMS_12873_122013 153 of 500 v Local Agency Name Miles Resources, LLC Local Agency Subcontractor List Local Agency Address Prepared in compliance with RCW 39.30.060 as amended 400 Valley Ave NE Puyallup, WA 98372 To Be Submitted with the Bid Proposal Project Name SW Grady Way Overlay Project Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW,and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39,30,060, and no subcontractor is listed below to perform such work the bidder certifies that the work will either(i) be performed by the bidder itself, or fill be nprformed by a lower tier subs;!Qntractor who will not contra^*directly with the bidder. Subcontractor Name & Work to be Performed S '` Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Form 271.015A EF Revised 0812012 *Ave U °d �- O o O w ao w Y "' r-4 v w U o w � U 4 rIN i n J o � 9 � � � 3 o V 0 3 00 T z 0. M • 3a:� •• w Q � � � 4 t-- Y i Y CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the SW Grady Way Overlay Project PROJECT NO. CAG-14-042 FEDERAL AID#STPUL-1288(004) November 2014 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS X � E WA }fes t30 ST 1 Ail CITY OF RENTON 1055 South Grady Way Renton,WA 98057 Printed on Recycled Paper Page 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale CITY OF RENTON Project Number CAG-14-042 Federal Aid Number STPUL 1288(004) SW GRADY WAY OVERLAY PROJECT RAINIER AVE S TO S LONGACRES DRIVE SNV TABLE OF CONTENTS I. CALL FOR BIDS 11. INFORNUMON FOR BIDDERS 1, Instructions to Bidders 2, Summary of Fair Practices Policy,City of Renton 3. Summary of Americans with Disability Act Policy 4. Scope of Work 5. Vicinity Map 111 PROJECT PROPOSAL I. Bidder's Checklist 1 *Proposal and Schedule of Prices 3. *Proposal Signature Page 4. *Non-Collusion Declaration(WSDOT Form 272-026H) 5, Certifica6un for Federal-Aid Contracts(',,VSDOT Form 272-040) 6. Disadvantaged Business Enterprise Utilization Certification(WSDOT Form 272-0-561%) 7, Disadvantaged Business Enterprise Written Confirmation Document(WSDOT Form 422-031A) 8, *Proposal Bid Bond TV. CONTRACT DOCUMENT FORMS I, 'Public Works Payment Bond 2. "Performance Bond 3, Bond to the City of Renton 4, 'Fair Practices Policy Affidavit of Compliance 5 A ContractAgreement(FIRVA) 6 "City of Renton Insurance Information Form 7. ',City of Renton Standard Endorsement Form 8, 'City of Renton Construction Contracts Insurance and Related Requirements *Submit with Bid 'Submit at Notice cif Award V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRITCTION CONTRACTS 1. FIlWA 1273 VI. CONTRACT SPECIFICATIONS 1, Amendments to the Standard Specifications Special Provisions 2. Special Provisions VIII. APPENDICES APPENDIX A—STANDARD PLANS APPENDIX B—WAGE RATES City of Renton- M,Grady Way November 2014 Overlay Project Page 3 Table of Contents Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale `WO# I. CALL FOR BIDS City of Renton SGC!Grady Way November 2014 0%,erlay Project Page 4 Call for Bids Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale t *4010 CITY OF RENTON SSV GRADY WAY OVERLAY PROJECT Federal Aid#STPUL-1288(004) CALL FOR BIDS Scaled bids will be received by the City ofRerdoq at the City Clerk's Office located on the 7"floor or Renton City Hall,until 2;00 p.m.Tuesday,December 16.2014,and will then be opened and publicly read in conference room#511,located on the 5 floor,Renton City Hall. Renton,Cih,Hall is located at 1055 South Grady Way,Renton WA 98057. All bid proposals shall be accompanied by a bid proposal deposit(certified check or surety bond)in an amount equal to five percent(5%)of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and fiunish satisfactory performance bond within the time stated in the specifications,the bid proposal deposit shall be forfeited to the City of Renton. The right is reserved to reject any and all bids and to waiver any informalities in the bidding. A Disadvantaged Business Enterprise(DBE)mandatory goal of 12%has been established for this project. Plans;specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc., at http:l/ww-wlbxwa.com. Click on"bxwa.com";"Posted Projects"; "Public Works","City of Renton","Projects Bidding". (Note:Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the "Bidders List."). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. Questions about the project shall be submitted via e-mail to: Doug Jacobson,City of Renton,Public Works Department,at DJacobson(a`Rentonwa.,gov Answers to bidder's questions regarding the project will be posted on Builder's Exchange of Washington,Inc.,for all bidders to view. The following is applicable to federal aid projects: The City of Renton in accordance with Title V1 of the Civil Rights Act of 1964,78 Stat. 252,42 U.S.0 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,hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant this advertisement,disadvantaged business enterprises as defined at 49 CFR Part 26 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 improvement for which bids will be received is described below: Removal of curb,gutter and sidewalk,asphalt grinding,installation of approximately 4,500 tons of asphalt overly and 18 curb ramps,utility adjustments,and channelization of SW Grady Way. Jason A. Seth,City Clerk Published: Daily Journal of Commerce -November 25, 2014 and December 2,2014 City of Renton—SW Grady Way November 2014 Overlay Project Page 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale II. INFORMATION FO►R BIDDERS (pity of Renton-SW Grady Way November 2114 Overlay.Project Page 6 Information for Bidders Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call far Bids. At this time the bids will be publicly opened and read,after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions,discrepancies or need for interpretation should be brought,in writing;to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner,Engineer,or other representative of the owner shall,in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. .Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Forks Department Office. Bidders shall satisfy themselves,as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an arnount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successfid bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to liis financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.1.8. City of Renton-,Ste`Grady Way Novem ber 2014 Ch=erlay Project Page 7 Instructions to Bidders Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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. 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 Cit},- of Renton Supplemental Specifications. 15, 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. 16. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation 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 17. 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. 18. 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 City of Renton—SW Grady Way November 2014 Overlay Project Page 8 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale comply with and be liable for all penalties, damages, and violations under Chapter 90.45 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. 19. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. W SDOTiAPWA "2014 Standard Specifications for Road,Bridge and Municipal Construction" and "Division 1 APWA Supplement"hereinafter referred to by die abbreviated title"Standard Specifications." A. Any reference to"State,""State of Washington," "Department of Transportation," "WSDOT,"or anv combination thereofin the WSDOTIAPWA 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 WSDUT%APGt'A standards shall be detected and the measurement and payment provisions of Section 1-09,Measurement and Payment (added herein)shall govern. 20. If a soils investigation has been completed,a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 21. 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 nrissing documents prior to bid opening time. Have you submitted,as part of your bid,all documents marked in the index as"Submit With Bid"? Has bid bond or certified check been enclosed? Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? Has the proposal been signed? Have you bid on ALL ITEMS and ALL SCHEDL.'LES? [� Have you submitted the Subcontractors List(If required) Have you reviewed the Prevailing Wage Requirements? Have you certified receipt of addenda,if any? Cit}of Renton-M!Grady Way November 2014 Overlay Project Page 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry;sex; age over 40; sexual orientation or gender identity; pregnancy;HIV/AIDS and Hepatitis C status;use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental 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) 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 by City policy. 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 7th day of March , 2011 CITY RENTON RENTON CITY COUNCIL Denis Law, Mayor until Pr4sident Attest: Bonnie 1. Walton, City Clerk S !,'A r,l�11Bi1l�IiNlil���1 Page 10 Summary of Fair Practices Policy Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale w ',.r' Cwt OF RENT ON SI7�1a1LW OFAAMUCANS WJTt7AC'TPOMCY ADOPTER BYRJ4.S'4LIT17t7NNO The policy of the City of Reston is to pry and of xcl equal tit and service to all citizens and,to assure emgLOYTACut opporhmity to pawns with disabilities, wben the City of Renton can reasonably acoommodate the disaibdity, This policy sbalt be basad on the principles of equal employment opportunity, the Ama icans With Disabilities Act and other applicable guicdets as sext fiath in federal, state and local lays. All dqwtments of ttle,City of Renton shall adhere to the following guidelines: (1) RM2LQIMMM, ERACT, M - All activities relating to employment such as recruitment,selectim promotion,tem and training shall be conducted in a a - discrimmnatory manner. Personnel,d=sions will be based on individual performance, staffing reT i ts,and in accvndance with to Ameticans With Disabilities Act am i titer applicable laws and regulations. (2) COOPERATION Wrffl HUMAN RIGM ORGANIZATIONS - The City of Renton will cooperate fiiUy with all options and moons odd to promote fair pr" re: and equal opportunity for parscans with disabilities is employment and receipt of City serviom activities and programs. (3) ► Fit», M Wl,'Tfi DISABJUMS ACT PO -"The City of Raton Americom With Disabilities Ara Policy will be maintained to facilitate equitable reprmwation within the City wade farce and to assure equal employment opportunity and equal access to City services,activities and programs to alt people with disabilities. It shall be tidos responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTQW Q9LIGATION - Cootractors, sabcouft ctws, cousult'ants and suppliers conducting business with the City of Renes€shall abide by the requirements of'the Americans With Disabdities Act and pry access to services, activities and programs for people wih disabilities. Copies of this policy shall be distributed to all City employees,shall afar in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED ICY by the City Council of the City of Renron, Washingrarr, thrr 4t1t dory of October 1993. C RENTON RE TON Cr1 Y COUNCIL: Mayor Attest: City Cleric Vu Page 11 Summary of Americans with Disabilities Act Policy Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale v ft� CTT 'OF RENTON Project No.CAG-14-042—S1,V Grady W y S Overlay Project SCOPE OF WORK The work involved under the terms of this contract document shall be fitll and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Asphalt concrete patching, asphalt concrete patting(HUA Cl'/z" PG64-22), removal of asphalt pavement, installation of curb ramps,utility adjustments,and channelization. Furnishing of materials, equipment, tools,labor, and other work or item incidental thereto(excepting any materials equipment, utilities, or service, if any specified herein to be f4rnished 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 path hereof. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document.A total of 30 working days will be allowed for the completionof this project. One suspension of work will be allowed per section 1-08.5 during weather conditions unsuitable for paying. City of Renton SW Grady Way November 2014 Overlay Project Page 12 Scope of Work Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 140W "`1 Toyota Scion of Renton'* SW 7zh>ti t AW- Oakesv 3tf�f'YI`t?%k5 Gardenswahnart„ r� Senton Hon L3 king County Smut Treatment Plant t � �,gnSk 4S tga SW 161ts S, ;>x p � 3. 161 The 80,eing taonipwiy : Ia AmvA a Station Vicinity Map 5W Grady Way 5 Overlay Project Page 13 Vicinity Map Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SOW ^•0P III. PROJECT PROPOSAL PROJECT: SW GRADY WAY OVERLAY PROJECT CAG NO: 14-042 COMPANY: WAYWASPHALT PAVING CO.. INC, BID AMOUNT: ADDRESS MIAI,nw ASPHALT PAVING CO INC TEL NO: (425)868-4377 P.O.BOX 845 REDM014f),W*99013-045 Page 14 Project Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale NW111 BIDDER'S CHECKLIST 1. BIDDER'S CHECKLIST 2. ✓ PROPOSAL&SCHEDULE OF PRICES 3. ✓ PROPOSAL SIGNATURE,PAGE 4. ✓ NON-COLLUSION DECLARATION,NON-COLLUSION, ANTI-TRUST, M11NINJUM WAGE AFFIDAVITS 5. ✓ CERTIFIC ATION FOR FEDERAL-AID CONTRACTS 6. vl DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 7. ✓ DISADVANTAGED BUSINESS ENTERPRISE WRITTEN CONFIRMATION DOCUMENT S. ✓ PROPOSAL BID BOND rt. Lo4ol A!5c*Ncjtj Ac%devidt4e" The documents must be executed by the Contractor's Authorized Official(s) Page 15 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SW GRADY WAY OVERLAY PROJECT Federal Aid Number: STPUL-1288(004) PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned(Bidder)hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement,and the nature of the work,and the method by which payment will be made for said work,and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease,and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,a Bid Proposal Deposit in the form of(check one)0 bid bond,or p cashier's check(made payable to the City of Renton),or ❑postal money order(made payable to the City of Renton),in an amount equal to five percent(S%)of the Total Bid Price,is attached hereto. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period often(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton,asset forth in RCW 35A.40.200 and RCW 35,23.352 Bidder hereby agrees to complete the Physical Work in all respects within 30 working days from the date of written Notice to Proceed. If the work is not completed within this time period,Bidder shall pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. In addition,Bidder shall compensate the City of Renton for actual engineering inspection and supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. Page 16 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale err of SW GRADY WAY OVERLAY PROJECT SCIIEDULE OF PRICES Project Number CAG-14-042 Federal Aid Number STPUL-1288(0041) (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in nuorrical figures onty in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts).All figures must be eleark legible.Bids with illegible figures will be rejected as unresponsive,It is reconiinended that all figures be typed and. 1*1 hand-written,However,it is not a requirement that figures be typed.Bidders who subnut hand-written bids v:ill be requested,but not required,to provide Pe tv d versions of their bids within twent-v-four(24)hours of bid opening in order to . expedite review,tabulation and analysis of bids bN=tile Cit}'to determine lowest responsive,responsible bidder.) EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 1. Unexpected Site Changes (1-04) 1 FA $ 15,000.00 $ 15,000.00 2. Construction Staking(1-05) 1 LS $ 'Z,500.00 $ Z#5CV.00 3. SPCC Plan(1-07) 1 LS $ 500.O0 $ 500.00 4. Mobilization(1-09) 1 LS I Z,o 00p0 $ 7Z0060.00 Project Temporary Traffic Control 5. (1-10) 1 LS $ 1-1(0,100.00 $ 14(7'100-00 6. Sawcutting(2-02) 678 LF $ 4.00 $ 7.,'11 Z.0o 7. Remove Curb and Gutter(2-02) 582 LF $- 12-00 $ &'994-0c) 8, Remove Cement Concrete 479 SY $ $)(021.00 Sidewalk(2-02) 17.00 $ 9. Remove Cement Concrete 4't 0.00 Pavement(2-02) 56 SY $ 3o.coo $ 1� 10. Crushed Surfacing Top Course(4- 219 TON $ 04) z 0-00 $ .4-0 3180.00 1111. Pavement Repair Excavation Incl 500 SY $ Haul (5-04) Zo.00 $ 10,000.00 12. Planing Bituminous Pavement 36178 SY $ $ (5-04) 3. co (OTS S34.00 13. HMA for Pavement Repair Class 144 TON $ 1/2' PG 64-22(5-04) 1440.00 $ 14. HMA for Prelevel Class 1/2" PG 64- 100 TON $ 22 (5-04) 7 7.S0 $ 717SO.CND 15. HMA for Overlay Class I/Y PG 64- 4533 TON $ 22 (5-04) 7 7. so $ 3510 307.50 Page 17 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM Cement Concrete Pavement t6. (5-05) 20 CY $ 4 So.00 $ 9,000. 00 17. Adjust Manhole(7-05) 23 EA $ 7-SO-0c) $ 507 50.00 18. Adjust Catch Basin(7-05) 9 EA $ ?.So. 00 $ Zi?.50.00 19. Adjust Water Valve Box(7-12) 19 EA $ 1 $O.00 $ Zoe 50.00 20 OEr sion/Water Pollution Control(8- 1 FA $ 10,000.00 $ 10,000.00 Cement Concrete Traffic Curb and 21. Cutter(8-04) 582 LF $ y0,00 $ Z.3- Z80.00 Cement Concrete Pedestrian Curb 22. (8-04) 298 LF $ UP. 00 $ 7, 14S.00 23 Raised Pavement Marker Type 1 6107 EA $ $ (8-09) Z.00 1 Z 1 Z!�-1,Ob Raised Pavement Marker Type 2 24. (8-09) 731 EA $ 3. 5 0 $ Z'Ww.5O 25. Adjust Monument (8-13) 11 EA $ 1 50.00 $ 1, 650.00 26. Cement Concrete Sidewalk(8-14) 260 SY $ 541 . 00 $ 140040.00 Cement Conc Curb Ramp Type 27. Perpendicular(8-14) 6 EA $ 14 500.00 $ 50 000.00 Cement Concrete Curb Ramp 28. Type Parallel(8-14) 1 i EA $ ('(000.m $ (-7.0 Goo-00 Cement Concrete Curb Ramp 29' Type Single Direction(8-14) 1 EA $_ ��.00 $ I,(000,00 30. Traffic Signal System(8-20) 1 LS $ 7.1,000.00 $ 'all 000.00 31. Adjust Junction Box(8-20) 4 EA $ Z00.00 $ too.00 32. Conduit Pipe, 1"Diam. (8-20) 300 LF $ 1100 $ 5 (00.x0 Apply Non-Skid to Utility Cover(8- 33. 20) 8 EA $ 3 50. 00 $ Z,800.00 34. Permanent Signing (8-21) 1 LS $ 7 S O. O O $ 7 S a.00 Remove Existing Pavement 35' Markings(8-22) 1 LS $ 1 C'00.00 $ 1 SOO,bo 36. Plastic Traffic Arrow(8-22) 53 EA $ (o S.O O $ 3144S.00 Page 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale EXTENDED DESCRIPTION OF ITEM APPROX UNIT AMOUNT NO. (SPECIFICATION REFERENCE) QUANTITY UNITS PRICE FOR ITEM 37. Plastic Crosswalk Line(8-22) 1589 SF $ 11. 00 $ (o03R0.00 38. Plastic Stop Line(8-22) 499 LF $ (o,oo $ 119 Li oo 39 Temporary Pavement Markirgs (8- 16770 LF $ 23) o.Zo $ 3,3Sy, 00 TOTAL BID AMOUNT $ lick 1}g(loci ,00 Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale —Proposal Signature Page P g g By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. No. Date of Receipt Date of Receipt 1 IZI�In' 1,1 3 2 4 NOTE: Failure to acknowledge receipt of Addenda maybe considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2014)and as modified in the Bid Documents,including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is T^owCURI Cos,.^0- a•►d Sa+�eJ� N�►4 Tn e++atte \ Cor"ec ! eJ- Aw.tr•c a of 111 114 N 0.+q�% 44tik -8 101 (Name) 1 0W_1I,WA is01% (Address) Bidder: WAr.,QR A8RV0PAVNG CO., INC Signature of Authorized Official: Printed Name and Title: PETER C.SCHROEDER,Secretary Address: ?.Q. Sox 24S � 99 ) _SOA IM 7.3 Circle One: indiv' Partnership/Joint Venture/ State of Incorporation: u.7A�_ Corporation �f Phone No.: (425)868-4377? Date: DEC— ile 2-014 This address and phone number is the one to which all communications regarding this proposal should be sent. Page 20 Proposal-Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale City of Renton Business License# WA State Contractor's Registration# WA-TS-OA P956PB UBI# 179017188 Industrial Insurance Account# 7.4910-19-00-8 Employment Security Department# 278807-00-9 State Excise Tax Registration# C-179 017188 DUNS# V Z • 14 It - IC) 7- NOTES:NOTES: 1. If the Bidder is a co-partnership,give firm name under which business is transacted;proposal must be executed by a partner. If the Bidder is a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they wilt be entered as$0—no charge Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Failure to return tft Declaration as part of the bi`YVproposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5106 Page 22 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale *4W N"Por 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 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. (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. 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. 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. DOT Fora 272-040 EF Revved 1(2OW Page 23 Certification for Federal-Aid Contracts Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Local Agency Disadvantaged Business 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 Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful.The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE,telephone 360-664-9750 or Toll Free 1-866-208-1064. WON ASRAT PAVING W-li INC, certifies that the Disadvantaged Business Enterprise(DBE) (Box 1) Name of 9dder 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.) Column 1 Column 2 * Column 3 Column 4 *" Project Role Amount to Name of DBE (Prime,Joint Venture' subcontractor, Description of Work be Applied Certificate Number Manufacturer,Regular Towards Goal Dealer) o Z F 00 0 3 q! 5'4b°"Ve06Ck0r E I est r i cA0 td 8 2,t 00.oo z. :1 j Gt SN_K4k Suloc�or►}w,t,For o Foo P�Y,i•p Tctic.1�.� 3`I 000,00 3. 4. 5. - ............. 6- T 8. .............................. 9. 10, Disadvantaged Business Enterprise Subcontracting Goal: 17. DBE Total$ 1 l C% IQ O, OQ *** Box 2 Box 3 * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity,Wash.State Dept.of Transportation;on each contract. * Seethe section"Crediting DBE Participation Toward Meeting the Goal"in the Contract Document. 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. Participation in excess of the goal amount will be considered voluntary or race-neutral participation. SR DOT Form 272.056A EF 07/2011 Page 24 Local Agency Disadvantaged Business Enterprise Utilization Certification Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale FROM 0 FAX N0. Dec. 15 2014 05:31AM P1 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise ise Utilization Certification. Contract Title: Bidder's Business Name: WNATSM ASPHALT PAVING Co., INC. DBE's Business Name: \ DBE Signature: _ DBEs Title: E Date: The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection_ See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Work: - y \ Amount to be Applied Towards Goal: SR 00T Form 427.031 A=F 07!_�C11 Rge 25 Local Agency Disadvantaged Business Enterprise(D5-9 Writ~,on confirmation Document ovided to guilders Exchange of WA, Inc. For usage conn tions Agreement see vwvw.bxna.com-Always verify Scale Lacal:Agene DisaOvantaged Business Enterprise (DEE) 'written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise(DBE), I confirm that vire have been contacted by-the referenced bidder with regard to the referenced project and if the bidder IS awarded the contract°we will enter into an agreement With the bidder to participate Yn'the project consistent with the l:nformatton pro itfed in.the bidder's Disadvantaged Busirloa Enter . Utilization Derfification. Contract Title: SW Lead. W O a er4Q.. P C� Bidder`s.Business Name:: WATSM ASPHALT PAVING CO., INC, bEts Business.Name:: Y1 DBE Slg:hatute: Oats Tmle.: t'a},fty,+i n4 date: !2 . 15 - 1`1" Tate entries must'be consistentyvtl what is-shown on the bidder%Qisadl antaged Business Enterprise Utifizatintt ertificatiort. Failure to do so will result in.b.id rejection. See cont provislon; Disaventaged Business Ent+erWse Condibon of Award Par&ipakon, Description ofWptGr:;_ 7VaC 1 he AmounttD be Applied Tav ardsG©ai: $37,000 ) t�csr FCrr�712tl1t 422-MIA EF p Page 25 Local Agency Disadvantaged Business Enterprise(DBE)Written Confirmation Document Provided to Builders Exchange of WA,Inc.For usage conditions Agreement see www.bxwa.com-Always Verify Scale 'r Proposal Bid Bond KNOW ALL MEN gy THESE PRESENTS,That we,(Contractor) Watson Asphalt Paving Co.,Inc. of(address) P.O. Box 845 Redmond,WA 98073 as Principal, and(Surety) Travelers Casualty ana Surety Compalily 6f AMOFICa a corporation duly organized under the laws of the State of and authorized to do business In the State of Washington,as Surety,are held and firmly bound unto the City of Ronton In the sum Of five(5)percent of the total amount of the bid proposal of said Principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,Jrinty and severally,firmly by these presents. The condition of this bond Is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following highway constr ��cti n 0� SW Grady Way Overlay Project I�9W-,4 said bid and proposal,by reference thereto,being made a part hereof. NOW, THEREFORE,N the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal,and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award,exclusive ur the day of such award, then this obligation shall he null and void,otherwise It shall remain and be in full force and effect. IN THE EVENT the Principal,following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal DepoNit or Surety shall Immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth In RCW 35A.40.200 and RCW 35.23,352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 16th day of December 2014 -- Wat As sl It ing Co.,Inc. Travelers Casualty and Surety Company of America (Pri p [Sure ] [Sig f utthh_r���"��a-ori �G'_ NMI�.S89MAIIR,SECRETARY [$$nature of authon:od official) [Title) By; Theresa A.Lamb [Attorney-in-fact) P.O.Box 3018 [Address Bothell,WA 98041-3018 (425)489-4500 [Telephone Number] age 26 Proposal Bid Bond WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,�. *4000 POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228051 Certificate No. 005968266 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M.Glover,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Andy D.Prill,Jim S.Kuich,Chad M.Epple,Steve Wagner,and Theresa A.Lamb of the City of Bothell State of Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 30th day of June 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company tt GASU,��T � JyF\ftE 6�4ds Q��µ..�NSG ..a+i+s qqv.,, JP�TY ANDS �w�Y E�Y'H'O yOF'VaRf,�(1 9� NCdIPoRAtED ' yi5 ��`Ox Fo.RA>F m zW��pRPORAl�r2o1^i � G9in �M � �Q:A : HARTFORD, ii HRfiTFtlRD,�`S a ""+E s O� 1.7.51 sss � �'•SEllL io: Lo; W CONN. o �C(klH�£ iJ+ �o Yb as �,z c.,o�8 ��:• ;e..SBAL:�a �, o s State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 30th day of June 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. � �W w� c V My Commission expires the 30th day of June,2016. A � * Marie C.Teneault,Notary Public �s 58440-8-12 Printed in U.S.A. WARN ING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by t�ority of the following resolutions adopted by the Boardirectors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and uaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this_day of 4 20 � Kevin E.Hughes,Assistant Sec tary CAS V.f< HRE 6 i�zO ay��`",,�t*sfP.ocsgt*tz��'rµ�••iara°;(.o i �'G,s197��7b bgF IM�,9JrA1tEO h�,�1�M,�`r,.F�Nclc;c°9 r.z ��"'�`r;oah•:ta:pS,�.-.,SRN.EP....OiH+NM�NASL)..ri,don,l t/aW�,�'_y64';;J•,'1P:S's'x8._..-..1.._.L.....Lraa:_:d'la.e�,,o s,s 6 I .� POGAT:. To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Local Agency Name City of Renton ''t# `%we Local Agency Address Local Agency Subcontractor List 1055 South Grady Way Prepared in compliance with RCW 39.30.060 as amended Renton, WA 98057 To Be Submitted with the Bid Proposal Project Name SW Grady Way Overlay Project Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of heating,ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW njUlf be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Pr.Qwact in _I ud _c one or more a _gories of work referenced in RCW 39-30.060, and no suhcontractor is listed below to perform such work,the hidder certifies that the work will either(U e performed by the hidder itself,or(00) he by a lower Her suhcontractor who will not contract directly with the bidder_ Subcontractor Name G Z Work to be Performed rtcal Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed " Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Form 271-015A EF Revised 08/2012 CITY OF RENTON RENTON,WASHINGTON ADDENDUM NO. 1 to the CONTRACT DOCUMENTS for the SW Grady way Overlay Project Federal Aid Number,STPUL-1288(004) City Contract:CAG 14-042 Date of Issue: December 16. 2014 Date of Bid Opening: December 18, 2014 ATTENTION: All Bidders and Planholders The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this Addendum to their copy of the Contract Documents. Failure to do so will subject the Bidder to disqualification of his/her bid. 1. CONTRACT PROVISIONS Table of Contents III. Project Proposal ADD the following: 9. *Local Agency Subcontractor List(WSDOT Form 271-015A) III Project Proposal Bidder's Checklist AM the following: 9. Local Agency Subcontractor List Proposal The following form is required for this project and shall be ADDED to the Proposal: • Local Agency Subcontractor List(DOT Form 271-OISA EF) 2.BID OPENING The bid opening date IM changed to December 18,2014 at 2:00 PM. City of Renton Addendum No.1 SW Grady way Overlay Pro)ed December 16,2014 Page 1 of 2 Pagel Addendum#1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale fir+` ''`+Ir►" Bidders shall acknowledge receipt and acceptance of this Addendum No.1 in the space provided on the Proposal. IDepiubi c ,PE W Administrator City of Renton Addendum No.1 SW Grady Way Overlay Project December 16,2014 Page 2 of 2 Page 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale