Loading...
HomeMy WebLinkAboutContract LAKESIDE INDUSTRIES Award Date: 18808 SE 257th STREET CAG-13-103 Awarded to: COVINGTON,WA 98042 253 631-3611 $647,177.66 AWARDED DATE: JUNE 11,2013 o f City v r, Bidding Requirements,City of Renton ORIGINAL Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 4 - City of Renton - - Construction of: �. s 2013 STREET PATCH w AND OVERLAY `x WITH CURB RAMPS PROJECT NO. CAG-13-103 ❑ i City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7400 Project Manager: Jayson Grant 425-430-7400 ® Printed on Recycled Paper CITY OF RENTON RENTON,WASHINGTON CONTRACT DOCUMENTS forthe 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS PROJECT NO.CAG-13-103 IJune 2013 1 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 10SS South Grady Way Renton, WA 98057 ® Printed on Recycled Paper CITY OF RENTON Project No. CAG-13-103 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS, INDEX I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INSTRUCTION AND CHECKLIST FORBIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 4. SCOPE OF WORK S. VICINITY MAP 6. QUANTITIES LIST 7. CHANNELIZATION LIST 8. CONCRETE LIST III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. *PROPOSAL BOND 3. *PROPOSAL(SCHEDULE OF PRICES) 4. *NON-COLLUSION DECLARATION 5. CERTIFICATION FOR FEDERAL-AID CONTRACTS 6. DISADVANTAGE BUSINESS ENTERPRIES UTILIZATION CERTIFICATION 7. *PROPOSAL SIGNATURE PAGE 8. *ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA IV. CONTRACT DOCUMENT FORMS 1. ❖ BOND TO THE CITY OF RENTON 2. ❖ CONTRACT AGREEMENT 3. ❖ CITY OF RENTON INSURANCE INFORMATION FORM 4. ❖ CERTIFICATE OF INSURANCE (SAMPLE) 5. ❖ FAIR PRACTICES POLICY 6. ❖ CONFINED SPACE ENTRY PROGRAM AFFADAVIT *Submit with Bid ❖Submit at Notice of Award V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A-SAMPLE FORMS 1. REQUEST TO SUBLET WORK 2. MONTHLY UTILIZATION REPORT(CC-257) 3. CERTIFICATION OF PAYMENT OF PREVAILING WAGES APPENDIX B-HOURLY MINIMUM WAGE RATES APPENDIX C-STANDARD PLANS 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS Table of Contents i MAY 2013 CAG-13-103 CITY OF RENTON CALL FOR BIDS 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS 1 CALL FOR BIDS 13-I.doc 05/16/2013 II CAG-13-103 CITY OF RENTON CALL FORBIDS 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS Sealed bids will be received until 2:30 p.m.,Tuesday,June 11,2013, at the City Clerks office,7 in floor and will be opened and publicly read in conference room#511 on the 51n floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the 2013 Street Patch and Overlay with Curb Ramps project. The work to be performed within 45 working days from the date of commencement under this contract shall include, but not be limited to: Installation of 17 ADA compliant curb ramps, approximately 4,156 tons of Hot Mix Asphalt(HMA) . Class '/: " PG 64-22) for asphalt overlay, 77 tons of Hot Mix Asphalt (HMA Class Y " PG 64-22) for. asphalt patching, removal of asphalt concrete(by cold planing),utility adjustments,channelization, and complete restoration as set forth in the design drawings and specifications. Engineer's Estimate:$800,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available the 28`n day of May,2013. Plans, specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on"bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to,Jayson Grant,City of Renton, Public Works Maintenance, 3555 NE 2"d Street, Renton, WA.,98056, phone (425)430-7400,fax(425)430-7426. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination,and Americans with Disability Act Policies shall apply. �. &)at te� Bonnie I.Walton, City Clerk Published: Daily Journal of Commerce May 28,2013 ' Daily Journal of Commerce June 4, 2013 13—CALL E.doc\ CITY OF RENTON 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS . I II INTRODUCTION i . 1 t 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. 1 No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 1 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. 1 4. Plans may be examined and copies obtained on-line through Builders Exchange of Washington, Inc. 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 amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. Revised:May 2011 tp 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City 1 of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems 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 1 excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this ' contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract.. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall Revised:May 2011 tp comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications iAll work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. WSDOT/APWA"2012 Standard Specifications for Road, Bridge and Municipal Construction"and Division 1 APWA Supplement hereinafter referred to by the abbreviated title "Standard Specifications." 1 "State," " " " A. Any reference to State, State of Washington, Department of Transportation, "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be 1 detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and jinvestigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist 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. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? Revised:May 2011 tp ------------------------------------- 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 1 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 1 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 Denis Law, Mayor uncil Pridsident Attest: Bonnie I.Walton,City Clerk SEA TAD S �0 1 nun�n�miri�mt��n i CITY OF'RTNTON SI711 a""OFA11g:RIC4hS WIN:D ABLUI FSACT POLICY ADOPTEDBYRESOL.UTTONNO 3007 The li of the City of Renton.is to:promote and afford treatment and service to all citizens'and to assure . Po.cY P ' employment opportunity to persons with disabilities, wheel the City of Renton can reasonabl y accommodate the disability. This policy shall :be based on the pees of equal employment opportunity, the Auunicans With Disabilities Act and other applicable guidelines as set ffortth in federal,state and local laws. All&Tartments of the City of Renton shall adhere to the following guidelines:: (1) EMPI;OYMENT` PRACTICES All activities relating; to employment such as recruitment,selection,promotion,termination and training shall be conducted in.;a non- discriminatory:manner.: Personnel.decisions will be based on individual performance, stafRng requ runts,and in accordance with the Amencans With Disabilities Act and other applicable laws and regulations: 1 (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS.. The City of Renton will cooperate fully with all organizations and commissions organized to P romote fair practices and equal :opportunity for persons with disabilities in employment and receiprof City services,activities and programs: 3) AMERICANS WITH DISABILITIES ACT POLICY The City of Ramon Americans With Disabilities Act Policy will be noaiataiaed to facilitate equitable representation within the City work force and.to:assure equal employment opportunity and equal, access to City services, activities and.Programs to all people with,disabilities. :It shall be the responsibility and the duty:of all:City officials and employees to carry out the policies and guidelines as set forth in this policy ' (4) CONTRACTOR' OBLIGATION - Contractors, suixaftactors; ;consultants and suppliers conducting business with the City of Renton shall abide by the.requirements of thb.Americans With Disabilities Act and promote access to services, actives and programs for people with disabilities. copies of this policy shall be distributed to all City employees,shall appear in all operational tioaunentation of the City, including bid calls,.and.shall be prominently displayed is appropriate City facilities• CONCUR M IN by the City Council of th;City.of Renton, ;WaMington, this..: . 4th day of_ ._ . October 1993:' rC RENTON REN TON CrI Y COUNCIL.-. Mayor Cbuncil President Attest: City Clerk CITY OF RENTON 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS SCOPE OF WORD The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: Asphalt concrete patching, asphalt concrete paving (BMA Class V2"PG 64-22),removal of asphalt pavement, installation of ADA compliant curb ramps, utility adjustments, and channelization. Furnishing of materials, equipment, tools, labor; and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract.in accordance with the Contract Documents, all of which are made a part hereof. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document.A total of 45 working days will be allowed for the completion of this project. r 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS $ E l OZ do 13T.� VC St cscviunomrs.y Z'E60Z � �" sdwe�j gjno qj!m jequmN-dew 'seek Aejaanp pue ACjJSAp;aaa;s qOled 122a}S oll KYOpC 5 3S Wmft 3s 0�q WY'M 3S �---li----�----�••, _---�-i I� ' 3 ■ t i '�s E 6 66 1' aT -�� P� �F an,•, i � I ¢j °' P ,!;- .L neel34� W Yss s ¢vKSS ' KKro,y, W&ntx,s .° Wo�ae,s S �q.•p O'er .—.I_,/ num,a6 �� � rsn,el�I ad'y_� N- �-° aoRC i. tl''r¢s•r.s ae E— � RYmis � �� sYwls IL_ 4 <.nwel as • I` Yx 3� � KY,vs36 '� & F �f g nbvss 3s § ■ KYev,s ' �tl _ � � .ag13r bY46t SS Q� _ 9 yy b � WYp66 ;�I .5'+WTS i KYWt4 vY➢t u t44 I .p Yrn 3S rs '.AN 34 5 ( j �' iWWY9134 '" K r34 YK:3s S buA`Y�: swm3g I � � 1 aasYn �s � 6 a ^ jn l �btbID B6 D c _R R Mvre 6s� � 11♦ d Km :as �o.J V� 6� KY,ees 3s � � '� KY I�¢�� I _Ie � vN<aa.wa♦; ;5, a�� d °� d I e� m =1 vRV,ns aus.s p•t, i I � �� MM, �asre g = � �IfiJ °d� ��° .'� °,ash n sa smosa ♦♦� ✓ bumel BC I ISS �nas 4 a 1S la /m s s � os � I, b sua ■ 4 $ 5 '$°- � � 6r ° I� , v �' � � $ ;IS -ss �Ab ^I ftlmxl36 9 abptl 33m ice— E - ✓5 > I Q 4 } iQ g n 1 .av sxa 1 b L 4 6 bar1136 e @F'� ,f� 57 ,3'+ 5 d � �` 4` � KYr<I Sp MYxC6 1 yL"'dn ■ b•t, � ■ Itt I� � � ¢pCtl 34 b q� 4 Sa a aR[ p � F PP1 j�� bYtal 3a' N�`a5 � � k "c m • Y bw�l'S y `$ � ■ .n�ac � b"sw as �"� . <r'h ■ d� ay � fi 6<e,31 � 6 p:b � I �F i j m•b+br 34 aw WYygt 36 May,Sl4p YA I b pJ�' fr I �1 P , •'ia fep 4 5'ar91 to WYMt 33 ,3 WYlt6 6 r s 11 }, e s Kwsss as b� :�ru.y •� • 'S' m iM M � Y �_.._.._.._••1 . .� `tl mJt i y Kn1613.: �KN[a�35 > ✓G M y 1 auras 4s � ���**{{{LLLL s ,�,°,fib Knleas ,enit+h ¢n,tl $ b dp�wsr SS � PF°°rs,�, .■■r ��y+y % ; pf is •as�¢T�3� d'� a Kwls.�s �Q g L "ss, •• � t+r�, P saws �Y• @ �� <O � ` o:.ar,tl ,w py � arose � 4 3 � frn„r•r $ rstww>r. •� a ., aaas as Im •t M �P 5 I6 � ` tt ¢ml �,����� �• w."+a•pb `�` � a, �' �b� � �< ox wm,v ss• � e tea. I K InK � , � ♦` r�,3s � a b � Q' f � ���< fi � �r • `xxyy 0S s s n,S 4i 5rs vl� - i 11 h •�.•~•_• � 'AML� � °b pyawM '� �'S �, . ,MS M�� „>''N �4�` �' � �. °a6 a �tl♦ 1 W� D � � 6dM€ � (�� � odd l�Yrn 6s� �¢Ym �% ` 'SS' °/ -1 �' a� ¢Y° � 1 � � ♦ ' !•`� 5,a � �,. _ q V p �� ice• .. .._; ;` < 1 y b¢96s ats € '% w'r°" I ■ � _ minYxs;s � � � t••••_.._ud MmBS � t tl 6 �` ��< i f • •� avP[I Q 5i - :� 1 W � D -- i � p1I u M � 8 1 WaR 64 f i 1 � � 4 ' I tlDR6 BR.y, s:r �— b ?s ■�IIjS�e•_•• _ ■ ../ ap•ZS i °0"°•. r-' s i o � }� b`c`K b°t.eW 'm ' KaC 36 � ■b � `•IL 35 Kaf 39 y ��yaa b � .5 6 � � Mp •� �_ lY(i34� 6 3Y " jm j � � Q ^I¢3S aWt Kwt6 ' � S ■.r ��. FRw¢sN s 6n n E Kae� +i S' 'v < � 1 .� MvNS,s 000€erwxa ■ Wxcle ki g asYCSa ; I a bws;arr Ig e�Y" °d j � Ea I ��.d' ■ ed I,s J n m6N . ,O" N W¢IS p Kaatl6 It qg KYS b � F � W b+u,3v ?•r � �� � � � � z \ Y � [ ,s 6 n'R"A`' R ■ bY[6x ut 3v b a,u u~p'< � � � � i�Y q � 3 �, � �r KA fi b I IS smzs � ''_ ~�.�iT• l n, "< .f�# axB.a 1 ,yl Mm �' �l¢unw acts �¢ ss _ \ Woo•, qp vt va IuEYawa rsmrs I a la A m xx pRpe yi� }g}p�b dt' I : < � N� �J 5yW MM 1PnIN MaNH ••y K S � .( 6 W sYSU 6s s I s t smBx rs� sm p 3 .P n ".a:, l:n� d • s $\ Wm,sx pqs 4N +nm,iN YYY s ,yp su<NS I Ii> �`bYVN -1,f 'Qey •rit 3S � •ay emv i � d¢LNS a6,1S v`• '• n Y �� C „ • R N}r j � I Wae s ,� .�Y � ax bau aD a yy .F '• .. - 5 ss s mY xs s R.us i� V7 i b3 •—•Y� f.bH YL,3a 13n � , ey �`� Ie � I Karll 66'a ~'4r � �1��5 Y■1,, � Y S �3a � p S a � � 34 ■��J-+ yeW'� I g � °,R°'.13 � f� � K I $ �' `e�` 06 O 6 n \$ V� � �•••_• � f �` � � _• Kam, _ � � �� � _ Y�° 3 1 � °, � �• •f aYOZ 3s i 1 rs �s sxs �s 5nsxnl ! 1 az°_.� f � � � + 'a ego a 1 w� Kf�4N ' SaR 3x a04 T tlM1R�IDy e@, �� 5YK$1 I WL 3Y i \\ WaR 3N � buvt •5 '�^ J �Mnon W a♦L3N d�.�' r'e t �S �rs M � � y � ay i .� 1 n•43p buulx '� _ ' ' 3, KYRx Yn V>A� ♦ N� bVWxN �� - f 436 I s� � c�/ Kntcx j q� tOds E5 _I!//�--,,✓/ WaAx `✓y Pye636 �'� 1 Y 'N° 1 ¢MX pI, WP6tx 4 nie W oRxx j� wVa ,4 $y �■ Kbvtx Mal�p smv4s s .� • �� � rs,smscr ' � � , S � s4 mYesrr �� Y Kpl®39 i , �. J I"�. � _.• _ baON K�aOpW . ' S 3 3�,� p �• � �< ,y KYat 36 C pbq T !♦ b � � Vpt ■ .I p �' � bye �� "'S �N • O•�Y �rp ay N N W O N M O N 1.� NWN # W m Ln 0) e4 t�-1 U) LI. V ' ., v/ 2 00 t m 01 l0 .j CM N e-1 N m r- W N N Lu Q Z 0 0 0 N oo —� C7 Ln m .1 Ln oo 11 ~ WO N, a i N m l0 l!1 N OVZ Z a a Q o D 2 J ° U*) Co 04 It Q Y W Y to C0 N f- c j W N N co c') in O M 2 2 2 2 2 U U U U U = C N N Q Q Q Q Q Q aaaan. a M O. N O M C. O N X O O N M r- O y W N a Z M lG r-I ri N a ri N p m Z - � J - Y m oo In o (o U V-4 N ill O) 2 Y H � W � Ln � ° w Z ri N Ct 00 IL Z W -- LU = Q Q 0 F- Z � zap _ rn rn F- 0. p WLL � c�o °' °n W M N H H H r . N W aaaa Z M r- O N O M O N Cn 00 Q- O N r r r r N M r M N N t- r M l # O N r M Cl) N V N r 6 r N N. r r r N O O ! CD CD t0 O r ! r U) w to f A M 00 Cl C� LO I CD C w/ co CD LO 't N O LO co tp r � CA (D (D tD 00 N N CO) O W d IT r 1l- Il- M In t) 00 O M V N N (O CD Il- O in N N N N LO q9T d' to to q9T to M M r M r m N 1 O O f- O) 00 r r- I- r p> N U) t- N N O r I7 0p CD V 00 00 f1- M O (O O O M 00 N N V M M O r r N QI O O O O t(7 O CA ((� O O N O r tt M ti M M 00 � N N r r N r '� rl r 00 r � � 't qqt O 00 N co O O O d' O LO to M 00 O O O O t- N N O qt ti a CD (D co O O N N 00 00 O O In O w I- CD d' U) r l() 19t to. O M M 00 c0 t-- 'gr co to O r CA O cr 00 N 00 r- qqi P- 1. O I� 1, N N N (D N O N r r O N r @'M J W 71{ _ P W ~ J J J U) q IT It ct � 'T N N FQ.. �t It d FQ. V Iq qq Q Z O O O O j `tt d' M M M (D d N (D M co O O O FQ- Z TQ � M M CO M M M N N N M O ~ T Z U (D CO U) CD v N O O O O U') (D O C) LO 9 00 00 O Cn 00 CD (D C) d' LO N r O It 00 0 Q N N N N (D to CD r M N U) ti M CD N LU r a W 4 W Q Z w > o H W z o W > > z v/ Z ¢ LL J m m M z ¢ O a = > W O p I-. H cn F- cn p (n p 0 Q U) > (nz (nm m z ¢ z Xwg = = t=- � 1=-- � � W F- � O ¢ W LL Y 0000 rn N Y W I- IL p F- _ Z W W W W p W Y Q cD M W c Y Z Z Z r Z Y W ti m w m W W F- U) m ii w Z w _ p Z W OU O Z LU J cn > LU ¢ N > m J Z Z Q W ¢ p m ¢ m m m > � U) C/) ai W w z w Q F' z ¢ ¢ F_ ¢ O O z N H F- � W W ti a~o rn W W Y F- W rn z z r W U a) ? � ZZZ V °Or) Y U)) g U)) mOC7 w LL 0 O F- z Q ('`) 2 LL o F- i Z Z Z Z W U) N Q cn cn U) p p p p z = w ¢ ~ F- Fz- F=- z z z U z CD = I¢- H 0 y z U) c~n H000gggl. g0 HZU) y >Q w ° _ _ r r N D O O W W W tY w w O O N W p J W 0) � z Z Z z Y Y Y z' Y z Z 21Z m r Q IY m m t- N M N N O Dz x z 00 Q o = N V C7 A O r N (M M M N .– (D N N W i i M 00 00 N N N It It V+ r to r O It ti to 00 00 1� 5 r r t0 r r W - M N M 00 O MO co cc) U 2 H v a v Z IV Q 0 r- (D 00 N r Cl) J T7 i- to N N tl0 LLI� N CD / —i co co O Z (D 00 r r 0 Z d' M M co co st N J co M 00 M M co M M M N N N. co J CO 2U ° o o � F- O U (D (D LO w v N O O O 0 L (D � r 00 00 00 to 00 (D w m qT LO N �- N N N N (D LO O M N. O ti Z W J W w zw p w z p w p > V1 z UJ Q j w z m z 0 CL = M j O p I- H .v) F- cn p c/) p O o aD !5mm CO g � W X w H I- o o W f- u N ? C) Uj www °ouN1 YQ co Z Y z 'Z z z Y w w H cj Z O = p w w Q N Z J Q Lb z Z Q w Q p 2 CV i Q w 2 0 0 0 W LL r- 00 0) W Y F- w rn t CO ZZzv °�r' Y U)) g CO w �I > Q w w w w z z z z w J U) co co U) p p p p z 2 w F- Z Q z W Z W 2 H F- Z >co 0 0 o Y Y Y Y N D o O Q Z 0' R' 5 N (D Z 2 Z' Z Y Y . Y Z Y z Z MIZ m M r N M N N C) O i i i vl W 0 �. LO T (O � 01 In 01 00 N 2 9 7 7 O O O O p O O N O O O (O 0 0 00 O O 00 O C N m O T 0 0 0 0 00 %- O O O O T O O v- O O O N O O r N O r O O V O O O O O O r r O O O O co N fl- N N V' co U') co N LO O O O M N 00 f'- M p N V, 0 0 CO L co N 0 � N N N f- (V N M M M N C N L r CO N r O 1l- � W r CO IT to f- 00 00 f- r 00 N Cl T T T T O O r I' p T T T T r T OR T T N O) Cl 0 0 O O O O O O 0 0 0 0 Cl 0 0 O O O N N .0 (wO d p dv p (� t0 Cl N co C N N r O O O r r T T T N N C* r r r T r N N _ (OD r N V oo co N N (O ti p p T N V p ^ M p p N N to (O V co r O M (O 1 (07 r N N (O N � W c7 O r 0 0 0 co O Q M 0 0 0 T O R N O N N Z Q m vA, (O N o0 M CO LO (O T 00 (O r co 1.� (O p N p 00 `- M W co V O O O W (y (O M O O O O O T T T Q! O (=j T O N 1l� H W T N 4 ? c) N N (O v ti A/ O O T N p � cM p p (V N LO co a0 c O M co h M O T N N (p N O co V 0 2 ` W = M O T O O v w O � M O O O v O N O O O Z aw 1 (M O T O N LO (O O M N M O O LO V O M O O O CD W w LL O V W O O O. 0 0 0 0 0 0 D O O O O O (O (O O N N 00 Z V � a 2 d' tt of a N N N a w w T T T A/ I N N N O O T T T T r (— 0 0 0 0 0 0 0 0 0 .T j 'T O O o O O ��//�� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C0 41) N N N N N N N N U- LL U- N N N N d' T T T T r r T T T 1 1 1 T r r r T M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r I IT IT Y q IT 'I IT I' w w w 'T 'T 'T Y' Y p u. U- U- U- w U- U- U- . w U- U- LL LL LL LL U- U !V I 000000 m � � T T r r T T T T CO T T T T T T r r- r T (V r J � - ~ W W W w w w w W w W W W W W w W w Q Z Z z z Z. Z Z Z z z z z z z z Z Z 000 0 0 0 0 0 -i 000000 0 o O � z ' C) () C) C) C) 0 � � a (.5 C) 0a � � a Z w w w w w 0 w3: w w3: w3: o w h o zurcnU) zzzzi zz0zwtow zz � 0 w w z z 00 Z Z W W W W Q Q m m w w z z z z z z = _ > > W w w W f wwaQaQw � . U)ic~i) c~nc~ncic~nc~n � � � � x x x x W W 0 0 0 z z w w w w .LL u. Ih I- W W r T T w w 0 0 0' 0 W W Y Y � � z z z z ' zzzzzzz g g w w w w w w w z z z z z z z f w w w w w w w » > > > >> aaaa ¢ ¢ Q ` ac~nc~nc~i� v~iv~icic~i� c~n 0000000 z z z z z z z E— 0 0 0 0 0 0 0 0 5 g g 5 g r r T r r r r r 0 W W W W w w W W 0 .0 N N s Z Z Z Z Z Z Z Z Z Z Y" Y Y Y Y 12 12 Z Z Z m 0 ji r r N o t( n Iti, PROJEcr PRoPosAL CITY<)F REN.C CAN ' 8. ACKNOWLEDGEMENT, OF RECEIPT OF ADDENDA ' ACKNOWLEDGE,MEN`I'OF RECEIPT{:)ta ADDENDA: ' NO. � DATE (�Jo" l NO. DATE ' NO. DATE t SIGNED C�✓� �� TITLE . NAME OF COMPANY -�/ ' �1 D£'i /N /Al C. ADDRESS S<C -5t ' CITY/STATE/ZIP 00J/n-&-V/V U - UDI l- TELEPHONE 1 CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE 4 �D I LICENSE# t ' 20I3 STREET PATCH AND OVERLAY NviTH CURii 62AMPS ...................................... ............. Proposal — Signature, Page The bidder is hereby advised that bysiguature of this proposal. he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent(5%)of the total bid, based upon the approximate estimate of q uantities at the above -n as indicated below is attached hereto: process and in the form Certified Check Payable to the Cit- y of Renton Pro A Proposal Bond In the Amount of 5%of the Bid Receipt is here-by acknowledged of addendum(s) N-O.(s) Signature of Authorized Officials) Proposal.Must be Signed Firm Name V1=7 t'�S //1�� ' Address. City of Renton Business License No. State of Washington Contractors License No. -l4'05 27A Federal ID No. 1 a-7616 S7 Note: I) This.proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the City of Renton will be cause for considering the proposal. irregular and subsequent rejection of the bid 2) Please refer to section 1-02.6 of the standard specifications r e "Preparation of Proposal." 2013 Street Patch and overlay with Curb.Ramps GAG-13-103 Proposal-Signature Page, February 2012 ................ .................. .1.1................. .................................................................. .......... Disadvantaged Bushiess -effification Enterprise Utilization C To be aliggibir 6r.award'df ffiiswrkraz t tbe;. Disad yanta&d Certification rtlathg to Disaawiht2gqdliusiness Entcrm.se ME)*u7 DqTS, The Coraracting Agency mspdft&e'And shaft bid, dig does relit oontairi aDRE PO4 nvhic� y-,d=onsIft-ztcs that the bidder will meD.BI:pat€i apatybm.regtistemeiits mane p the et• pzovided r m- "poposad,contract. tf the bidder,is'rei*i on the good'ft'effbh) hodtomebt1he'D assi ed ixiittract goal nm te twat i be submitted N iffi the bid prope,W , as support for saa i.efrorts.The pwt Op6e'reguttiri g MaaLI rmatlob on 6edfid finriisavailable Qt. E'',fietepCce 93 that-the Disadvogtoge,BlisinOss Enterprise lf7SE)Dims listed beTc�v have hewn cantacte3 regarding parTicipation ern s%1pivject.IffWs bidder is success on aiis project and ss awarded the eon " ttacf,it shztt assure That suboatracts or supply a=axw9edwithth6scfirrns,NYh=an `'Amousit to b~Applied Towards Goal".is fisted(Sf necessary,rase additiai3at sli�E.) N2 me of D138 Project Role* Amount to C erdficat,Number Description ofWork' be Applied,. Towards Goal t. 2. 3, Z_ 4. cs 7- Ca !1=7 rx 9'. 10. CD 51 'CO Dismdvzobtae Rusinew Eat—e-prist Subcontmfting Goal-, DBE.TotEd tt Dealer status:mustbe 2pproved,priru,to bid submittal by the Office of Equal Opportunity,Wash.Stae Dept.of Tiaiispartatirut,on eachc4nlract See the s6cfibcii`Gaunt rig DBE Participation Toowd M6-- the Goal"Mi .the.Contract Document. t--* lie Contracting Agency wilt utilize.dais'ILMO,u,to'deterininc wbolher ornat tht bidder tie,me',&&V4,In the event Ui nP this totgazd the sum of ft indi vidml Mh oui6 listed above,.then the sin ef the =ountslisW shall pmvail and the total;will be myiscd.aaccirdingly. S Disadvantaged Business A4y 20'1 lj ca CL�f Certification for Federa. -Aid Contracts. 'The'prospective participant eartiffe;by signing,and submitting this bid or prbposal,to the ices, of his or Flee knom6dge>and belief,that {i,) No Federal apprc?pria test'fursds I'14M beSn paid or Wili We paid;.by or on laehatf of the undersigned..to anf person€ar inffuf heho,ar attamptina to laliuence an Otticar or'emdrtyee of any Federat agencg+,a;tvienrlier of Cc?rtarees, an cificer or employsscit Congress,or an'siVoyee of a rj erilber Ce,0099rsss in connectiari with thq arcfir of any Federal rcmtract fhe malting of,any Fed--ml Want tare 1I1aiten_0 Gf any Fe ral lean;the en;ertnp into at;an cacperativa areernent,;acid ttieexfenston,corn##nitaiioi .rneaatt atleiinierlt. or modifigati Sn bf carly1= diTr J, contratt gmrr,.loo or WoNe �greahieftt. Q) it an y funds ottef tho t Federal aopropr:a_ d funds have f,ean tald.orWit be � bald t0 MY plan for IhWertcing Or attempting to!rMuence an officer or a efrk o e.cf anY Federal agency,a Men ter of congress,an pf€icer or arnmp4oyes of CartWess,or an eniplayee of a Member of n connection voith this Federai contract,grant ban,of coapera�,e agtE�rt�ent;tt►e underslpned shall complete and:srst3raiit Standard Foni�-LLL d ccttisure Form to Re art Law* is accordance V-0 its.instrut;ffon^. This certification is material representa4m of the fact upon vehfch Tarlance bvas. place)khan this transaction.ww made or entered into. Siit:nrissJon of Es serf 6cation l,5 a mereguisite for mak66 or enterna into q tra"Isact M irFi owad by Bettion 135Z Titfe 31, U.S.Cnde ,Any person whu fails to file the cequ!red cariifeation Suite Subjeci to a&A penaWtyot not less than$10:000 and not r<zryre than$100,000 for each fallureo The arQmectlVS aarticfoart#atsa agrees t3f suf3m'#fino ills or,liar Yid Dr nrccQShl that he of she ski{Muffs that the fi uage offt certification>r e includc In 0 a4 ioesr tier subcmtracfs. lchexceed$100,0303rathafatf Su Ch subreciplants sh.alf cw ify arj cfiWoss accordingly. O 1111�� C) 2S r� C�3 LL G I2'Ti r"1 40 p L C t:1 O P L3 TJ �Ez Certihmtion of FcdtsW Aid Czsa tmcts ?uy 2(1:1 rs n L i ' Failure to return this Declaration as art of the.bid ro asap package will make the bid ailu p p � 13 g 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:- i. 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 have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: ' V-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 pm., 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. 2013 5treet,Patch and Overlay with Curb Ramps CAA-23-103 Non-Collusion Declaration February 2012 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Ne-SNOW GRICE nER UNIT IN FIGURES ONLY,F*LgE5 WR1 TEN T3 THE"RIG,d Of THE COT(DECINIAL)IN THE PRICE PER UNIT z OM%14 SHAD, INTERFREM AS CCN78.). ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO, QUANTITY DOLLARS DOLLARS 34 58.74 CEMENT CONCRETE SIDEWALK AT SQ.YD. ✓'E'ER S0.YD, 35 24:84 INSTALL ASPHALT AT CURB:AND CUTTER AT TON PER TON . 36 1 J92 TOPSOIL TYPE A AT CU.YD. PER CU.YD. 37 24A1 INSTALL SCUD AT a5 - Ito SO,YD, PER SO-YD_ 38 5.00 RELOCATE SIGN AT e;�� — ^ c� i D� EACH PER EACH 39 .2.00: ADJUST UTILITY BOX IN CURB RAMP AT EACH PER EACH 40 0:68 INSTALL BEAUTY BARK AT CU.YD. PER CU.YD. 41 1.00 EROSION AND SEDIMENT CONTROL. - g06o LUMP SUM LUMP SUM 42 1.00 FINISH AND CLEANUP /o/S� ' p LUMP SUM LUMP SUM SCHEDULE TOTAL a i 2013 STREET PATCH AND OVERLAY WITH CURB,RAMPS 1 SCHEDULE OF PRICtS UNIT:PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SMALL BE SHOWN, ALL.ENTRIES SHALL.BE WRITTEN IN INK OR TYPED TO VALIDATE BID SHOW PRIDE Ftk IWT iN FIGURES ONL J-85S RiGHT OF THE DOT(OSCIMAQ NTIM.PRICE PER UNiT COLUMN S!IAI•8-.INTERPRETEDo'S CENTS ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 17 9.00 4"RAISED PAVEMENT MARKER AT TYPE 2b BLUE.' EACH PER EACH 18 340.00 THERMO PLASTIC CROSSWALK AT 81,x io! 96– LIN.fT. PER LIN.FT- 19 83.00 THERMO PLASTIC STOPBAR AT 18!;WIDE e,>k LIN. FT. PER LIN. FT. 20 4:00 THERMO PLASTIC ARROW AT Ao t Leo EACH PER,EACH 21 . 24,00 RETROFIT TRUNCADED DOMES EXISTING CURB RAMPS &o -:SQ.FT, PER SO. FT, 22 3.100 INDUCTION LOOPS AT 750 - �a EACH PER EACH 23 12,00 CURB RAMP,CEMENT CONCRETE AT __ , e ( (g .STANDARD PLAN F-40.12-01 z 41- oo EACH SEE SPECIAL PROVISION 8-14.4 PER EACH 24 1.00 CURB RAMP,CEMENT CONCRETE AT STANDARD PLAN F-40.14-01 EACH SEE SPECIAL PROVISION 8-14.4 PER EACH 25 1.00 CURB RAMP,CEMENT CONCRETE AT t�4"gi STANDARD'PLAN F40-15-01 EACH SEE SPEC I iAL PROVISION 8-14.4 PER EACH 26 3.00 CURB RAMP,CEMENT CONCRETE AT 2 STANDARD PLAN(MODIFIED)F-4012-01 EACH SEE SPECIAL PROVISION 8-14.4 PER EACH 27 8.00 SAWCUT CONCRETE 4!'-6" AT LIN. FT. PER LIN. FT. 28 70.00: SAWCUT ASPHALT 4"-8" AT UN. FT. PER LIN. FT, 29 750,00 CRUSHED SURFACING TOP COURSE AT lb TON I PER TON 30 42.00 REMOVE CONCRETE CURB AND'GUTTER AT LIN. FT. PER LIN, FT. 31 5874 REMOVE CONCRETE SIDEWALK AT 5b I SO,YD. PER SO.YD, 32 117,16 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. PER SO.YD. 33 40,00 CEMENT CONC.TRAFFIC CURB.AND GUTTER AT A C) LIN. FT. PER LIN. FT. 1........... ..........–.................... ...................................--— _....... ....... ....................................... ... ... .......................... .............. ....................... .2013 STREET PATCH AND OVERLAY WITH CURB RAMPS, SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO'VALIDATE BID OF THE DOTICECWIAQINT�IE PRICE PER UNIT COUINN SHALL BE NTERFRETBO AS CENT,) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION OL LUMP SUM LUMP SUM 72 1.00 PROJECT TEMPORARY TRAFFIC CONTROL b6f LUMP SUM LUMP SUM. 3 153 0,0 HMA CL. 112.1N. FIG 64-22 AT g6 _ -0 FOR 2"OVERLAY. t TON PER TON 4 4,003.00 HMA CL.112 IN, FIG 64-122.. AT efJ, FOR 4"FULL STREET PATCH TON PER.TON 5 568.87 REMOVING ASPHALT CONCRETE PAVEMENT AT BY COLD PLANING. SQ-YD, PER SO.YD. 6 16,40&00 REMOVING ASPHALT CONCRETE PAVEMENT AT (BY COLD PLANING W)FOR FULL STREET SQ.YD. PATCH AND MISC PATCHES PER SQ,YD- 7 77,00 HMA FOR PAVEMENT REPAIR FOR 4"PATCH AT TON PER TON 8 400.00 ROADWAY EXCAVATION INCLUDING HAUL AT CU YD. PER CU.YD. 9 10.00 ADJUST MONUMENT AT EACH PER EACH 10 18.00 ADJUST MANHOLE AT BIC> C> EACH - PER EACH 11 32.00 ADJUST WATER VALVE AT IDLIVS7- EACH PER EACH 12 2.00 ADJUST CATCH BASIN AT /J-4 EACH PER EACH 13 574-00, 4"RAISED PAVEMENT MARKER. AT e;I TYPE 1,YELLOW EACH PER EACH 14 87:00 4"RAISED PAVEMENT MARKER AT TYPE,2d,YELLOW 6- EACH PER EACH 15 42.00 4"RAISED PAVEMENT MARKER AT e;-.7-5r TYPE 1,WHITE EACH PER EACH 16 8.00 4"RAISED PAVEMENT MARKER AT TYPE 2e,WHITE (1) So EACH PER EACH Proposal Bid. Bond 1 KNO LL MEN'BY THESE PRESENTS,That we, [Contractor] of[address] as Principal; and.[Surety. , a corporation.duiy or niied under the laws of the State of and authorized to do b sines in the State of Washington, as.5urety; are held nd firmly bound unto the city of Renton in the sum of fi {.5) percent of the .total amount of the.bid pro _sal of said Principal for the work hereinafter described, for lie. payment of which, well and truly to be ode, we bind ourselves; our heirs, executors,administrators an assigns,and successors and assigns,jointly. d severally,firmly by these presents. The condition of this bon is such, that whereas the :Principal h ein.is herewith submitting his/her or its sealed proposal for the followiin highway construction,to wit: said bid and proposal;by reference the to;being made a pa hereof. NOW,THEREFORE, if the said propo f bid by said.Pri [pal be.accepted,and the contract be awarded t_said ' Principal,, and if. :said Principal shall dul make and.: ter.into and execute said contract and shall furnish performance bond as required..by the City o Renton thin a period of ten (10) days from and after said award, exclusive of the day of such award, unless o herwi e extended: as provided in the contract specifications and ' documents,then this obligation shall be null and o' ,otherwise it shall remain and be in full farce and effect. IN THE EVENT the Principal, following awa ., fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and ur ish a performance bond with Surety or Sureties approved by the City of'Menton within ten (10) days from and a er said award, then Principal,shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediatel pay and rfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and W 35.23.35 . ' IN TESTIMONY WHEREOF,the Princ al and Surety have aused these presents to be signed and sealed this day of [Principal] [Surety] ' [Signature of authorized offi ial] [Signature of authorized o ciao By: [Title] [Attorney-in-Fact] [Address] [Telephone Number] 1 l 2013 street Patch and overlay with Curb Ramps CAG-13-103 Proposal Bond February 2012 ........_._. I ...., . ,,,,,.,,,... W._.. . ....... ......... • ITT. PROJEC I'PROPOSAI. CITY OF:RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SkIALL:C3E WRITTEN'IN INK OR TYPED TO VALIDATE BID 2013 STREi T PATCH AND OVERLAY Wi I EI CURB RAMPS WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company-,-Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-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 Y a. is a true and correct copy of the Power of Attorney executed by said Companies,.whrch is in full force,an:\d 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 ,20 0 "Kevin E.Hughes,Assistant Seciftary G�SU,� F\RE 6 *W INS "� 1'NSV"h' 11Y ANO Y -.._A L.n= a HARTFORD �HARRdRq'9 a Iro E A L i n f �+ o f W CoNN, ooHrs N 1896 o, o;SB ;'3 ;, o to�G Iyp A� 1g.......to 4r n�+ • '�? Attt3� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. 0 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I � WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r 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. 226532 Certificate No. 005462970 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 Deanna M.Meyer,Karen P.Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher,Elizabeth R. Hahn,Jana M.Roy,Scott McGilvray,Mindee Rankin,and Ellen Bell of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 26th day of April 2013 �,•*%:. �, r Farmington Casualty Comp any ` 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 0, INS °+•NSUp"•., p�tv q�yp m •( r` 6164� n �: o�m E AL;io! •�;SEAL;�a m CONN. o° �+N•� NO. a �e%is <ooh bin� nN ! 1•� �4�Fm"�m� d.is�•AN�f '+s.._�....*ae" State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 26th day of April 2013 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. In Witness Whereof,I hereunto set my hand and official seal. ' W 4A 0i e My Commission expires the 30th day of June,2016. Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER � � i ' � t I � 1 1 r U 1 Proposal Bid Bond �� KNOW ALL MEN BY THESE PRESENTS,That we,(Contractor] Lakeside Industries, Inc. of[address] 18808 SE 257th St, Covington, WA 98042 as Principal; and[Surety Travelers Casualty and Surety Company of America a corporation duly organized under the lases 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,jointly and severally,firmly by these presents. 1 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: 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS CAG-13=103: 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, unless otherwise extended as provided in the contract specifications and documents,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 1 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 11TH day of JUNE 2013 Lakeside Industries, Inc. Travelers Casualty and Surety Company of America [Principal] ^ - [Surety] l� [Signature f authorized official] [Signature of authorized official] By: Susan B. Larson [Title] [Attorney-in-Fact] 2233 112th Ave NE [Address] Bellevue, WA 98004 425-709-3600 [Telephone Number] 2013 Street Patch and overlay with Curb Ramps CAAG-13-103 Proposal Bond February 2012 Page 21 Proposal Bid Bond Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www;bxwa com Always yerify alp_,, 111. PROJECT PROPOSAL CITY OF.RENTON ' RIME:R'S CHECKLIST 1 i1. BIDDERS CIJECK'.LIST 2. ✓ P.ROPOSAC BOND 3. PRQPOSAII 4. _ NON-COLLUSION DECLARATION .5. N/A CERTIFICATION FOR.'1?EDERAL-AID CONTRACTS 6. N/A DIADVANTAGEn:I3USINESS ENTERPRISE UTILIZATION / CEWFIFICATION i7. ✓ PROPOSAL-SIGNATURE PAGE 8. ACKNOWLEDGEMENT OF RECEIRr OF ADDENDA i i i 1 iThe documents must be executed by the Contractor's Authorized Official{s} F F ' 2013. STREET PATCH AND OVERLAY WITH CURB RAMPS l ... ..... III. PROJECT PROPOSAL CITY OF RENTON 1 PROJECT: 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS 1 CAC NO.: GAO- 13-'103 COMPANY: Lc")l'* !/V w ZK l�5 I/41D AMOUNT: G411, t Le 11 ADDRESS: ��t�8 � ?�?o� � TEL. NO.: (a� nf W-k Nf2 1 1 X11 1 PROJECT PROPOSAL 1 1 1 1 1 s 1 200.S�IREETPXTC� AND o��R�ns�w�zt'I���URS���rs } CITY OF RENTON RENTON, WASHINGTON 1 ADDENDUM NO. i to the CONTRACT DOCUMENTS for the 2013 Street Patch and Overlay with Curb Ramps Project No. CAG-13-103 Date of Issue: June 5, 2013 Date of Bid Opening: June 11, 2013 NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum in the form provided and attach it to the Proposal Form. Failure to do so will subject the Bidder to disqualification of his bid. THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: tSTANDARD SPECIFICATIONS: 5-04.3(3)A Material Transfer Device/Vehicle Section 5-04.3(3)A is deleted in it's entirety. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. U NTON J Doug, co on, P.E. Depu Put is orks Administrator 2013 Street Patch and Overlay with Curb Ramps ADDENDUM NO.1 June 5,2013 t � I t 1 1 1 1 1 t t 1 1 1 1 1 iIV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY i IV i 1 CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING.THE NOTICE OF AWARD. t 1 i ' 2013 STREET PATCH AND OVERLAY WrM CURB RAMPS H/forms/contracts/2013-OL_IV.doc/WFWG3.11Approved by Lany Warren 2/14 � i � ' � I � I � � � '. � I � , ' 4 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ' Bond No. i05949925 ' .BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: ' That we,the undersigned Lakeside Industries, Inc. ' Travelers Casualty and Surety Company of as principal,and America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of ' the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of N 647,177.66 for the payment of which sum on demand we.bind ourselves and our successors,heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. ' Dated at Bellevue ,Washington,this 20th day of June ,2013. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-13-103 providing for ' construction of 2013 Street Patch and Overlay with Curb Ramps,the principal is required to fumish a bond for the faithful performance of the contract;and ' WHEREAS, the principal has accepted, or is about to.accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; ' NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materiahnen, and-all persons who shall ' supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or ' expense by reason of failure of performance as specified in the contract or- from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be.and remain in full force and effect. Lakeside Industries, Inc'. Travelers Casualty and Surety Company of America Principal p Surety t Si gn a afore Susan B. Larson signature Attorney-in-Fact Title G 2`r��}�/ Title 2013 STREET PATCH AND OVERLAY W UH CURB RAMPS H/forms/contraets/2013.OL IV.doe/WFWG3.11App—ed by Larry Warren 2/14 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Q 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. 226532 Certificate No. 005463086 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 Deanna M.Meyer, Karen P. Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher, Elizabeth R.Hahn,Jana M. Roy,Scott McGilvray, Mindee Rankin,and Ellen Bell of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ,`` • ' ° 26th IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this p g , rP April 2013 ra . day of P Farmington Casualty Company t St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ° Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company �P�..�NSG !• J`' •r P,........!Pq't J tv A m on,QO:' 9? ATF m•SEAI o. :...�..re' Attu State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 26th day of April 2013 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. fow�In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2016. * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,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 Companieslwhich is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the-seals f'said'Compames this Q day of I..."� 20 Y Kevin E.Hughes,Assistant Sec tary �G^O��(1` �Q.yn••� J q\RE 6� O`RN I NS'G9 �Jp!-j Itlg�gge,k 9Jp�[Y ANpm �NAQSUAPIy ��Y� �1982 o � 191/ � - z �(CORPrR�TF m t4i40�aPOF4Tf�i ¢� a S Ip¢D �,�*��5a; �$ 1951 � �:SEAL;o; �`•SSAL,;3' ,W cones. o � ¢ �nO� 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 ' IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this Z day of JUNE , 2013. by and between THE C I TY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Lw5nx 1nh0N5r2 iES, -J-N(— hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 45 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG 13-103) for improvement by construction and installation of. 2013 Street Patch and Overlay with Curb Ramps. Asphalt concrete patching, asphalt concrete paying g(HMA Class 1/2" PG 64-22). Removal of asphalt pavement, installation of ADA compliant curb ramps,utility adjustments, and channelization. tAll the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity w i th th e P la n s and specifications, including any all add enda i ssu ed by th e City hand all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached. All parts as specified in Section 1-04.2 of the Standard Specifications as amended by the APWA General Special Provisions(Special Provision 1-04.2). i I 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS H/forms/contracts/2013-0L_IV.doc/WFWG3.11Approved by Larry Warren 2/14 I � ' � � 1 1 1 1 1 1 1 1 1 1 1 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3) If the Contractor refuses or fails to prosecute the work or any part thereof,with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time,or if the Contractor shall be adjudged a bankrupt,or if he should make a general assignment for the benefit of his creditors,or if a receiver shall be appointed on account of the Contractor's insolvency,or if he or any of his subcontractors should violate any of the provisions of this Contract,the City may then serve written notice upon him and his surety of its intention to terminate the Contract,and unless within ten(10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall,upon the expiration of said ten (10)day period,cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract,provided,however,that if the surety within fifteen Q 5)days after the serving upon it of such notice of termination does not perform the Contract ' or does not commence performance thereof within thirty(30)days from the date of serving such notice,the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable,for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby.. In such event,the City, if it so elects,may,without liability for so doing,take possession of and utilize in completing said Contract such materials,machinery, appliances, equipment,plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and I employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss ' of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance.manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall,without fault on its part,be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 1 Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are.caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115,this indemnity provision with respect to claims or suits based 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS H/forms/contracts/2013-OL IV.doc/WFWG3.1lApproved by Larry Warren 2/14 t 1 1 1 1 1 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no.later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 45 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such day,which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any ' warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. ' 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify,when submitting first payment invoice and annually thereafter,possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of,a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of �! �7r 77. nMDers k ���Sl x 119M) Cb Fr ` s�/�y-r f)VM W V 0,v e H w� SC-,V&4 y 5GE*' /� � wn en woras which includes any required Washington State Sales Tax. Payments will be made to Contractor set forth in the" Special Provision"of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. ' 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS H/forms/contracts/2013-OL_IV.doc/WFWG3.11Approved by Larry Warren 2/14 1 1 1 1 1 1 1 i 1 1 1 1 1 t 1 1 1 1 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ' CONTRACTOR CITY OF TON ' Pr 1 ent/P n Mayor Denis LA ATTEST Secretary Bonnie I . Walton, City Clerk ' d/b/a LAk.C5/yE 'n17u5Tn4 ES . 71 WC Firm Name ' check one — r Individual r Partnership r Corporation Incorporated in w45HW&-rC_1 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. I ' 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS 1-1/forms/contracts/2013-OL_IV.doc/WFWG3.11Approved by Larry Warren 2/14 t t ' � i � I � ''� t � ' � i 1 ,. ® CERTIFICATE OF LIABILITY INSURANCE DATE(19/20131() ACORO 06/19/2013 �' 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 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. PHONN E :425-709-3600 AX No):425-709-7460 ' 2233 112th Avenue NE E-MAIL Bellevue,WA 98004 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURERA: Zurich American Insurance Co. INSURED Lakeside Industries,Inc. INSURER B: National Union Fire Insurance CO.Of P.O.Box 7016 INSURER C: Issaquah,WA 98027 INSURER D: t INSURER E: INSURER F 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MOL pY EFF MM/DDIYYYY LIMITS LTR ' A GENERAL LIABILITY GLA399263009 6/1/2013 6/1/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 300,000 X COMMERCIAL GENERAL LIABILITY X PREMISES Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2.000,000 POLICY X PRO X LOC $ AUTOMOBILE LIABILITY GLA399263009 COMBINED SINGLE LIMIT 2,000,000 A 6/1/2013 6/1/2014 Ea accident X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ ' HIRED AUTOS AUTOS Per accident $ B UMBRELLA LIAB X OCCUR BE21421278 6/1/2013 6/1/2014 EACH OCCURRENCE $ 1,000,000 ' X EXCESS LIAB CLAIMS-MADE X AGGREGATE $ 1,000,000 DED I X I RETENTION$ 10,000 $ A WORKERS COMPENSATION GLA399263009 WC STATU- X OTH- ANDEMPLOYERS'LIABILITY YIN 6/1/2013 6/1/2014 ANY PROPRIETOR/PARTNER/EXECUTIVE "WA State Stop Gap Only E.L.EACH ACCIDENT $ 1,000,000 ' OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 I ' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) LI Job No 123017-2013 Street Patch and Overlay with Curb Ramps-Project CAG-13-103.City of Renton is included as Additional Insured and coverage is ' primary and non-contributory regarding General Liability per Endorsement U-GL-1175-E CW 04-12 attached;regarding Excess Liability per Endorsement to follow. CERTIFICATE HOLDER CANCELLATION 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. Attn:Jayson Grant 1055 South Grady Way AUTHORIZED REPRESENTATIVE Renton,WA 98057 ©1988-2010 ACORD CORPORATION. All rights reserved. ' ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ' THIS PAGE INTENTIONALLY LEFT BLANK 1 t t � � � ' � , �J Additional Insured —Automatic — Owners, Lessees Or ZURICHO Contractors ' Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add-1.Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' Named Insured: ' Address (including ZIP Code): ' 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 insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. However, if you have entered into a construction contract or construction agreement with an additional insured person ' or organization, the insurance afforded to such additional insured only applies to the extent permitted by law. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I — Coverage A— Bodily Injury And Property Damage Liability and Section I—Coverage B—Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or ' 2. The acts or omissions of those acting on your behalf, and resulting directly from 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. ' C. However, regardless of the provisions of Paragraphs A.and B.above: 1. We will not extend any insurance coverage to any additional insured person or organization: ' a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and ' 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. ' D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering or failure to render ' any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. ' U-GL-1175-E CW(04/12) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. � I � , ' E. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— 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 another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. ' F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: ' This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek ' contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—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 ' written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement ' showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. ' All other terms and conditions of this policy remain unchanged. U-GL-1175-E CW(04/12) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. � I � � � ; III � '. � I � , 1 CITY OF RENTON ' FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Lf1K�^s1r�L /NntKr21ES� <— hereby confirms and declares that: (Name of contractor/subcontractor/consultant) 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; religion/creed; national origin; ancestry; sex;the presence of a physical, sensory, or mental ' disability; 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. II. The above-named contractor/subcontractor/consultant com lies with all a applicable federal P PP , ' state and local laws governing non-discrimination in employment. III. When applicable,.the.above-named contractor/subcontractor/consultant will seek out and ' negotiate with minority and women contractors for the award of subcontracts. g Y Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's n ure _ Date Signed Instructions: This document MUST be completed by each contractor,.subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' CITY OF RENTON CONTRACT CAG-13-103 CONFINED SPACE ENTRY PROGRAM AFFADAVIT L49"04; /N➢%KsR,fs f 1*'c— hereby confirms and.declares that it: 1 (Name of contractor) 1. will be responsible for following all confined space requirements established by the provisions in 1 WAC 296-809 and its chapters,will coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces,and will communicate with the City regarding confined space entry operations exclusively through the ' City's assigned construction inspector and/or the City's project manager. 2. will discuss its intended entry operations with the City of Renton Public Works contact including ' the program followed during confined space entry and will debrief the City on any hazards confronted or created at the completion of entry operations. ' 3. will place signs stating,"Danger,Follow Confined Space Entry Procedure Before Entering"at each confined space to be entered,and will never leave the confined space open and unattended. rZ. INAV,o,J&t- Print Agent/Representative's Name 7 Utz&.ryt�-y t Print Agent/Representative's Title Agent/Representative's Sigla e Date Signed ' Instructions: This document MUST be completed and submitted by the contractor prior to starting work ion this contract. ■ 2013 Street Patch and Overlay with CurbRamps Confined Space Entry Program Affidait t ' V.Contract Specifications City of Renton V CONTRACT SPECIFICATIONS ' 2013 Street Patch and Overlay with Curb Ramps i 1 ' SPECIAL PROVISIONS 1 1 i 1 . 1 l 1 � 1 i 1 City of Renton— 2013 Street Patch And Overlay With Curb Ramps May 2013 1 Project No.CAG-13-103 1 1 1 - THIS PAGE INTENTIONALLYLEFT BLANK 1 1 City of Renton—2013 Street Patch And Overlay ' With Curb Ramps Project No.CAG-13-103 May 2013 SPECIAL PROVISIONS Introduction To The Special Provisions.........................:............................................................. 1 1-01 DEFINITIONS AND TERMS.............................................................................................2 , 1-01.3 Definitions......................................................................................................................2 1-02 BID PROCEDURES AND CONDITIONS.......................................................................4 1-02.1 Prequalification of Bidders..............................................................................................4 1-02.2 Plans'and Specifications..............................................................................................4 1-02.5 Proposal Forms............................................................................................................ 5 1-02.6 Preparation of Proposal............................................................................................... 5 1-02.6(1) Proprietary Information...............................:........................................................... 5 1-02.7 Bid Deposit.................................................................................................................. 6 1-02.9 Delivery of Proposal........................................................................................................ 6 1-02.12 Public Opening of Proposals................................................................................... 7 1-02.13 Irregular Proposals...................................................................................................7 1-02.14 Disqualification of Bidders...................................................................................... 7 1-02.15 Pre Award Information............................................................................................ 9 1-03 AWARD AND EXECUTION OF CONTRACT...............................................................9 1-03.3 Execution of Contract.......................................:..........................................................9 1-03.4 Contract Bond.............................................................................................................. 10 1-04 SCOPE OF WORK........................................................................................................... 11 ' 1-04.2 Coordination of Contract Documents,Plans, Special Provisions,Specifications,and Addenda 10 1-05 CONTROL OF WORK.................................................................................................... 12 1-05.4 Conformity W i th and Deviation from Plans and Stakes............................................ 12 ' 1-05.5 Contractor Provided As-Built Information..................................:............................. 15 1-05.7 Removal of Defective and Unauthorized Work......................................................... 16 1-05.11 Final Inspection..................................................................................................... 16 1-05.11 Final Inspections and Operational Testing............................................................ 16 1-05.11(1) Substantial Completion Date............................................................................. 17 1-05.11(2) Final Inspection and Physical Completion Date................................................ 17 1-05.11(3) Operational Testing............................................................................................ 18 ' 1-05.11(3) Operational Testing............................................:.........................:..................... 18 1-05.13 Superintendents,Labor and Equipment of Contractor.......................................... 18 1-05.14 Cooperation With Other Contractors..................................................................... 18 1-05.15 Method of Serving Notices.............................:...................................................... 19 1-05.16 Water and Power.............................................:...................................................... 19 1-05.17 Oral Agreements...................................................................................................... 19 1-06 CONTROL OF MATERIAL............................................................................................ 19 1-06.1 Approval of Materials Prior to Use.............................................:................................ 19 City of Renton—2013 Street Patch And SP i Special Provisions ' Overlay With Curb Ramps May 2013 Project No.CAG-12-103 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................20 I 1-07.1 Laws to be Observed.................................................................................................20 1-07.2 Sales Tax.......................................................................................................................20 1-07.7 Load Limits............................................................................................................... 19 1-07.13 Contractor's Responsibility for Work....................................................................22 1-07.13(l) General..............................................................................................................22 . . 1-07.15 Temporary Water Pollution/Erosion Control.........................................................22 1-07.15(1) Spill Prevention,Control and Countermeasures Plan:.......................................22 1-07.17 Utilities and Similar Facilities...............................................................................23 1-07.17(3) Interruption of Services. .24 1-07.18 Public Liability and Property Damage Insurance........................................................24 1-07.18 Insurance.....................................................................................................................23 1-07.18(5)F Excess or Umbrella Liability............................................................................26 1-07.23(1) Construction Under Traffic....................................................................................28 1 1-07.23(1) Construction Under Traffic.................................................................................28 1-07.24 Rights of Way........................................................................................................ 30 1-08 PROSECUTION AND PROGRESS................................................................................ 31 1-08 Prosecution and Progress. 31 1-08.0 Preliminary Matters................................................................................................... 32 1-08.0(1) Preconstruction Conference...................................................... .............................32 1-08.0(2) Hours of Work..........................................................................................................32 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..........33 1-08.4 Notice to Proceed and Prosecution of the Work........................................................ 33 1-08.5 Time for Completion................................................................................................. 33 ' 1-08.7 Maintenance During Suspension............................................................................... 34 1-08.9 Liquidated Damages..................................................................................................... 35 1-09 MEASUREMENT AND PAYMENT............................................................................... 35 1-09.6 Force Account..................................................:......................................................... 37 1-09.7 Mobilization..............................................................................................................37 1-09.9 Payments...................................................................................................................38 1-09.13(3)A Administration of Arbitration 1-10 TEMPORARY TRAFFIC CONTROL...........................................................................39 1-10.2(2) Traffic Control Plans.............................................................................................39 1-10.3 Traffic Control Labor,Procedures and Devices........................................................ 41 1-10.3(1)C Uniformed Police Officer.......................................................................................41 1-10.3(3)A Construction Signs.............................................................................................41 1-10.5 Payment.....................................................................................................................42 1-11 RENTON SURVEYING STANDARDS.......................................................................... 42 t 1-11.1(1) Responsibility for surveys.....................................................................................42 1-11.1(2) Survey Datum and Precision..................................................................................42 1-11.1(3) Subdivision Information........................................................................................43 City of Renton- 2013 Street Patch And SP ii Special Provisions Overlay With Curb Ramps May 2013 Project No.CAG-13-103 1-11.1(4) Field Notes.....:........................................................................:.............:................43 1-11.1(5) Corners and Monuments........................................................................................43 1-11.1(6) Control or Base Line Survey.................................................................................44 1-11.1(7) Precision Levels......................................................................................................44 1-11.1(8) Radial and Station--Offset Topography............................................................... 44 1-11.1(9) Radial Topography................................................................................................45 1-11.1(10) Station--Offset Topography.................................................................. ......... 45 ' 1-11.1(11) As-Built Survey.................................................................................................45 1-11.1(12) Monument Setting and Referencing..................................................................45 1-11.2 Materials....................................................................................................................46 , 1-11.2(1) Property/Lot Corners.............................................................................................46 1-11.2(2) Monuments............................................................................................................46 . 1-11.2(3) Monument Case and Cover....................................................................................46 1-11.5 Payment......................................................................................................................46 ENDOF DIVISION 1..................................................................................................................46 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................47 2-02.3(3). Removal of Pavement,Sidewalks,and Curbs.......................................................47 2-02.4 Measurement.............................................................................................................47 2-02.5 Payment.....................................................................................................................47 END OF DIVISION 2..................................................................................................................47 5-04 HOT MIX ASPHALT......................................................................................................48 ENDOF DIVISION 5..................................................................................................................52 {tc "7-05 MANHOLES,INLETS,AND CATCH BASINS 1117-05 MANHOLES,INLETS, AND CATCH BASINS........................................................52 ' ENDOF DIVISION 7..................................................................................................................52 8-09 RAISED PAVEMENT MARKERS................................................................................54 8-14 CEMENT CONCRETE SIDEWALKS.........................................................................55 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL..............57 ' 8-20.3(14)C Induction Loop Vehicle Detectors....................................................................... 57 8-20.3(14)D Test for Induction Loops and Lead-in Cable......................................................57 8-22 PAVEMENT MARKING................................................................................................57 8-23 TEMPORARY PAVEMENT MARKINGS...................................................................57 8-23.5 Payment..................................................................................................................... 57 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS............58 ENDOF DIVISION 8..................................................................................................................62 DIVISION 9—MATERIALS.....................................................................................................62 City of Renton-2013 Street Patch And SP vi Special Provisions ' Overlay With Curb Ramps May 2013 Project No.CAG-13493 1 {te "9-02 BITUMINOUS MATERI4,LS")9-02 BITUMINOUS MATERIALS ................................................................................... 62 {tc "9-02.1(10) Loop Sealant(RC)")9-02.1(10) Loop Sealant(RC) ' ...................................................................... 62 9-03 AGGREGATES............................................................................................................... 62 9-03.8(7) HMA Tolerances and Adjustments.... 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.................................63 9-05.15 Metal Castings........................................................................................................63 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES....................................63 9-23.9 Fly Ash(RC) ...............................................................................:............................. 63 9-29 ILLUMINATION,SIGNALS,ELECTRICAL............................................................ 63 9-29.3(2)F Detector Loop Wire............................................................................................... 63 ENDOF DIVISION 9.............................................................................................................. 63 I 1 1 1 i ' City of Renton-2013 Street Patch And SP A Special Provisions Overlay With Curb Ramps May 2013 Project No.CAG-13-093 SPECIAL PROVISIONS , Introduction To The Special. Provisions (July 31, 2007 APWA GSP) Supplement , The work on this project shall be accomplished in accordance with.the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State , Department of Transportation (WSDOT) and the American Public Works Association(APWA), Washington State Chapter(hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all 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 date of the GSP and its source,as follows: (May 18, 2007 APWA GSP) , (August 7, 2006 WSDOT , GSP) (******) (Special Provision) Also incorporated into the Contract Documents by reference are: • 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 Con struction,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. 1 DIVISION 1—GENERAL REQUIREMENTS ' 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions ' (September 12, 2008 APWA GSP) Revision This Section is supplemented with the following: All references in ' the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". ' All references. to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive i A supplemental unit of work or group of bid items, identified separately in the proposal, which may,at the discretion of the Contracting Agency,be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of ' construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established b the terms and conditions of the contract within which the work P Y must be physically completed. j Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest 2 responsible and responsive bidder for the work. , Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date , The day the Engineer determines the. Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities; or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the , Contracting Agency's acceptance of the bid. 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. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. , 3 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 AP WA GSP) Before award of a public works contract,a bidder must meet at least the minimum qualifications of RCW 39.04.350(1)to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (October], 2005 APWA GSP) ' Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for ' Bids(Advertisement for Bids)for the work. 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") "10 Furnished automatically upon and Contract Provisions award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. and Contract Provisions 1 1 4 Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October], 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid.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 furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;the bidder's name, address, telephone number, and signature;the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number,if applicable.Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. 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 forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the , signer of the bid. 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 Form if any D/W/M BE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (October 10, 2008 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. 1-02.6(1) Proprietary Information ' (City of Renton GSP) New Section 5 , 1-02.6(1)is an added new section: 1-02.6(1) Proprietary Information Vendors should, in. the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data". so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are,in fact,so exempt., . 1-02.7 Bid Deposit (October 1, 2005 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 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. ' 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) 1 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 Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and ' delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 6 1-02.12 Public Opening of Proposals (City of Renton GSP) Supplement , Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals (March 25, 2009 AP WA 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; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; , g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or , Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the , material terms of the Bid invitation;or j. More than one proposal is submitted for the same project from a Bidder under the , same or different names. 1-02.14 Disqualification of Bidders , (March 25, 2009 AP WA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW , 39.04.350(1),as amended;or 7 i ' 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids;or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that,the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder;or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of.conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise,or Women's Business Enterprise utilization;or 5. there is uncompleted work (Contracting Agency or otherwise), which.in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency;or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency;or ' 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency;or 9. there are any other reasons deemed proper by the Contracting Agency. 1 As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal 1 deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. . The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) ' information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which 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 24 hours of receipt of the Contracting ' Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder g 1 determined to be not responsible has received the final determination. 1-02.15 Pre Award Information (October 1, 2005 AP WA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible 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. ' 7. A cop, of State of Washington Contractor's Registration,or 8. 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 {tc "1-03.1 Consideration of bids"11-03.1 Consideration of bids , Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. {tc "1-03.2 Award of Contract ")1-03.2 Award of Contract t Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. , 1-03.3 Execution of Contract (October 1, 2005 AP WA GSP) 9 Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract,will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency_ Within 10 (ten).calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. ' 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 10 (ten) 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 AP WA GSP) Revise the first paragraph to read: 1 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; 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 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 10 provisions for carrying out the work; , 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond:and 6. Be signed by an officer of the Contractor empowered to sign official statements(sole proprietor or partner). If the Contractor is a corporation, the bond must be signed b ' the president or vice-president, unless accompanied by written proof of the authority of the individual si fining the bond to bind the corporation (i.e., corporate resolution, power of attornexor a letter to such effect by the president or vice-president). , 1-04 SCOPE OF WORK Section 1-04 is supplemented by adding the following: ' The intent o the contract covered b these specifications is to rovide a minimum o 2 inches , f v p compacted depth ofHMA Class Y2"PG 64-22 asphalt concrete pavement at various locations, which are shown on the attached drawings. Channelim on shall be installed on some of these , streets per plans. There are several streets that have areas marked in white that require patching. Utility castings shall be adiusted to the new overlay. All work required to complete the proiect ' specified herein, but not specifically mentioned on the plans and specifications,shall be Performed by the contractor and shall be considered as incidental to the construction, and all costs therefore shall be included in the unit contract price. Due to restrictions some portions of this contract may be deleted or added There must, at all times, be materials on the iob site to handle any and all hazardous material spills,caused by the contractor,such as tack, oils, diesel, etc.. Materials would include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for proper cleanup and legal disposal of contaminated or hazardous materials. ' The Contractor must contact the City's inspector by 7.00 a.m. each morning to inform him when and where the contractor's crew will be working that day. r 1-04.2 Coordination of Contract Documents,Plans, Special Provisions, Specifications, and Addenda (October], 2005 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): 11 1. Addenda, 2. Proposal Form, 3. Special Provisions,including APWA General Special Provisions,if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road,Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans(if anv),and 8. WSDOT Standard Plans for Road,Bridge,and Municipal Construction. 1-05 CONTROL OF WORK ' 1-05.4 Conformity With and Deviation from Plans and Stakes. (WSDOT GSP,April 7, 2008) Supplement Section 1-05.4 is supplemented with the following: Contractor Surveying-Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift,the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced.A copy of each day's record shall be provided to the Engineer within 1 three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, ' published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the rim ' horizontal and vertical control furnished by the Contracting Agency, , and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. ' 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 12 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of ' a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite , (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. 5. Establish the horizontal and vertical location of all drainage features,placing offset stakes ' to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at ' the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius , less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the , project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. r 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, , and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly.If changes ' to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior , to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations,the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control,and descriptions of two additional primary control points for every additional three miles of project length.Primary control points, will be described by reference to the project alignment and the coordinate system and elevation , datum utilized by the project.In addition,the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection(PI)on each alignment included in the project. 13 I ' The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet(parallel to alignment) ±0.1 feet(normal to alignment) ' N/A ) N/A ±0.1 feet ' ±0.01 feet ±0.04 feet ±0.5 feet (parallel to alignment) ' Slope stakes ±0.1 feet Subgrade grade stakes set 0.04 (normal to alignment) feet below grade ±0.01 feet ' ±0.2 feet (parallel to alignment) Stationing on roadway ±0.1 feet ' Alignment on roadway (normal to alignment) Surfacing grade stakes r Roadway paving pins for surfacing n s or paving s 1 r 14 r The Contracting Agency may spot-check the Contractors surveying. These spot checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent , checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The ' Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes- shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of , responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cos_t to the , Contracting Agency as ordered by the Engineer. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: ' "Roadway Surveying",lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.5 Contractor Provided As-Built Information (City of Renton GSP) New Section Section 1-05.5 is a new section: 1-05.5 Contractor Provided As-Built Information It shall be the Contractor's responsibility to record the location prior to the backfilling of the , trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. ' It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide . to the City the hard covered field book(s)containing the as-built notes and one set of white prints 15 1 of the project drawings upon which he has plotted the notes of the contractor locating existing utilities,and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. All costs for as-built work shall be included in the contract item "Roadway Surveying," lump SUM. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) ' Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer,or fails to perform any part of the work required by the Contract ' Documents, the Engineer may correct and remedy such work as may be identified in the written. notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected ' immediately, have the rejected work removed and 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. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. ' The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection ' Delete this section and replace,it with the following: 1-05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 16 1-05.11(1) Substantial Completion Date ' (October 1, 2005 APWA GSP) When the Contractor considers the work to be substantially complete, the Contractor shall 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 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 therefore. 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 shall ' immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies.This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the , Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the , performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will 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. .. 17 , I ' 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 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 (City of Renton GSP) Supplement ' 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. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.13 Superintendents,Labor and Equipment of Contractor ! (March 25, 2009 AP WA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14,it will take these performance reports into account. 1-05.14 Cooperation With Other Contractors ' (Special Provision) _. Supplement Supplement Section 1-05.14 with the following: 18 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: http://www.kin cg og=.gov/transportation/kcdot/MetroTransit/Construction.aspx 1-05.15 Method of Serving Notices (Special Provision) Revise 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, shall be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will also constitute such notice and shall comply with the requirements of the Contract. 1-05.16 Water and Power ' (October 1, 2005 AP WA GSP) New Section The Contractor shall make necessary arrangements, and shall bear the costs for power and water , necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements ' (October 1, 2005 AWPA GSP) New Section , 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 agreement or conversation shall be considered as unofficial information and in no way binding upon the _ Contracting Agency,unless subsequently put in writing and signed by the Contracting Agency. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use (Special Provision) Supplement Section 1-06.1 is supplemented as follows: , The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall , include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the , 19 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. 1-07 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. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to 1 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. ' 1-071 Sales Tax Delete this section,including its sub-sections,in its entirety and replace it with the following: 1-07.2 Sales Tax (January 24, 2011 AP WA 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(4) are meant to clarify those rules. The Contractor 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 20 bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage 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, , or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in , doing the work. 1-07.2(2) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This 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. 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. 1-07.2(3) Services , The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). , 21 ' 1-07.7 Load Limits (WSDOT GSP, March 13, 1995) Supplement Section 1-07.7 is supplemented with the following: 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. 1-07.13 Contractor's Responsibility for Work ' 1-07.13(1) General ' (Special Provision) Modification 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 ' (Special Provision) Supplement ' In accordance with the Department of Ecology guidelines, wastewater from cement concrete, masonry, asphalt concrete cutting or any 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. i Wastewater shall be collected using a vacuum or pump and deposited into drums for disposal. Impervious surfaces contaminated with sediment and grit from cutting, planning or pulverizing operations shall be cleaned to prevent contaminants from ever entering the storm drainage system or surface waters. ' The Temporary Erosion and Sediment Control Plan shall be incorporated in the Erosion/Water Pollution Control bid item and no additional payment shall be made. 1-07.15(1) Spill Prevention,Control and Countermeasures Plan (Special Provision) Supplement The Contractor shall provide a spill prevention, control and countermeasures(SPCC) plan that is ' applicable to any Contractor-supplied equipment or materials used during the course of this project.An SPCC plan template is show at the following website: 22 http://www.wsdot.wa.gov/NR/rdonlyres/3E7B226B-3C79-4CFF-933A- , F5ED 1922AEB0/0/SPCCP1anTemplate.pdf 1-07.17 Utilities and Similar Facilities (WSDOT GSP,April 2, 2007) Supplement ' 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.The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are sup lied for the Contractor's convenience: Verizon Contact: Michael Fullmer Verizon Services Operations Renton—Fire Dept. 11311 NE 120th St Contact: Corey Thomas ' Kirkland,WA 98034 Phone: 425-430-7024 Phone: 206409-1260 AT&T Renton—Information Services ' (Fiber Optic in City ROW) (City owned Fiber Optic)Contact: Contact: Daniel McGeough Ron Hansen AT&T Cable Maintenance Renton City Hall—1st Floor 11241 Willows Rd NE,Suite 130 1055 South Grady Way , Redmond,WA 98052 Renton,WA 98057 Phone: 425-896-9830 Phone: 425-430-6873, Century Link Renton—Surface water/Wastewater Dept. ' Contact: Tiffany Kuhn Contact: Richard Marshall or Stan Job Field 23315 66th Ave S MaintenancceShops 3555 NE 2nd Street Kent,WA 98032 ' Renton,WA 98056 Phone: 253=372-5445 Phone: 425-430-7400 Comcast Cable Renton — Water Maintenance Dept. , Contact: Bill Walker Contact: George Stahl or Ray Sled 4020 Auburn Way N Field Maintenance Shops Auburn,WA 98002 3555 NE 2nd Street ' Phone: 253-288-7538 Renton,WA 98056 Cell- 206-255-6975 Phone: 425430-7400 Puget Sound Energy-Power , Contact: Kathy Johnson Municipal Construction Planning Dept.PO Renton—Police Dept. Box 97034 EST-11 W Contact: Kevin Milosevich,Chief , Bellevue,WA 98009 Phone: 425-430-7503 Phone: 425462-3381 Cell: 206-240-2482 Puget Sound Energy—Gas 360 Networks , Pilchuck Contact: Joe Bangah PO Box 2579 21014th Ave Suite 2000 Kirkland,WA 98083-2579 Seattle,WA 98121 , Phone: 425-952-6235 Ext 156 Phone: 206-612-1073 23 , ' Comcast Cable King County Metro Contact: Bill Walker Contact: Richard Garcia or Jim ' 4020 Auburn Way North Kost Auburn,WA 98002 1270 6th Ave South,MS-QS Phone: 206-255-6975 ISeattle,WA 98134 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 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 (City of Renton GSP) New Section Section 1-07.17(3)is an added new section: 1-07.17(3) Interruption of Services Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing ' temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract;no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance ' Delete this section in its entirety,and replace it with the following: 1-07.18 Insurance New {tc "1-07.18 Public Liability and Property Damage Insurance "11-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is,deleted replaced by the following new section and subsections: {tc "1-07.18(1) General "}1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. rThe Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor,.or by anyone directly or indirectly employed by either of them. 24 i I If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. , The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work , 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. {tc "1-07.18(2) Coverages "}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.) If any insurance carrier possesses a rating of less than AVII,the City may make an exception. ' The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies),terms,conditions,and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these 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. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion,Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors 25 I ' • Personal/Advertising Injury_ • Stop Gap Liability B. Automobile Liability including all ' • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles ' C. Workers'Compensation. • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability-(whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain ' professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. 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. 1 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 t expended to be repaid to the Contracting Agency on demand,or at the sole discretion of the Contracting Agency, offset .against funds due the Contractor from the Contracting Agency. ' {tc "1-07.18(3) Limits ")1-07.18(3) Limits LIMITS REQUIRED ' Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: ' Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000** ' Aggregate Each Occurrence Limit $1,000,000 '. 26 Personal/Advertising Injury $1,000,000 ' Fire Damage(Any One Fire) $50,000 Medical Payments(Any One $5,000 Person) Stop Gap Liability $1,000,000 ' * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk ' Automobile Liability Bodily Injury/Property Damage $1,000,000 (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 t Professional Liability(If required) Each Occurrence/ $1,000,000 ' Incident/Claim 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 furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 27 ' {tc "1-07.18(4) Evidence of Insurance "11-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract,the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or ' equivalent)conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "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(1) Construction Under Traffic ' (Special Provision) Supplement Section 1-07.23(1)is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on ' any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance. ' Dust and mud control shall be considered as incidental to the lump sum bid item, Erosion/Water Pollution Control,and no compensation will be made for this section. ' Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. ' One lane shall be provided in each direction for all streets during 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 of 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. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 28 t 1-07.23(1) Construction Under Traffic , (WSDOT GSP,Apri12, 2007) Supplement Section 1-07.23(1)is supplemented with the following: ' Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in ' progress shall be in accordance with adopted and approved Traffic.Control Plans; and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. ' 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 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 has requested the ' deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: ' I Distance From Posted Speed Traveled Way , (Feet) 35 mph or less 10* 40 mph 15 1 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 ' Lane Closure Restrictions (WSDOT GSP,August 7, 2006) ' Lane closures are subject to the restrictions as specified in Section 1-08.0(2). 29 ' ' If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in ' the closure hours. 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. ' 1-07.24 Rights of Way (October 1, 2005 APWA GSP) ' Delete this section in its entirety,and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in ' the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. ' 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 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. ' Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas ' where right of way, easements or rights of entry have not been acquired until 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 acts of omission on the part of the Contracting Agency in obtaining 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 en� onto easements and private property Y where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary ' construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a ' written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, ' stating that permission has been granted to use the property and all necessary permits have been 30 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 1-08 Prosecution and Progress Add the following new section: ' 1-08.0 Preliminary Matters (May 25, 2006APWA GSP) New ' 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) New ' Prior to the Contractor beginning the work, a preconstruction conference shall be held between the Contractor,the Engineer and such other interested parties as may be invited. A minimum of ' five (5) working days notice is required for scheduling. 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; , 3. To establish and review procedures for progress payment, notifications, approvals, submittals,etc.; ' 4. To establish 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 shall prepare and submit at the preconstruction conference the following: 1. .A breakdown of all lump sum items; , 2. A preliminary schedule of working drawing submittals; 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 ' revision,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 , 31 days"prior to the preconstruction meeting(3+copies) ' • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) • List of materials fabricated or manufactured off the project 1 • Material sources on the project ' • Names of principal suppliers • Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working 1 and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project ' • Cost percentage breakdown for lump sum bid item(s) • 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. ' 1-08.0(2) Hours of Work (May 25, 2006APWA 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 commencing the work. The hours of work in the street right-of-way shall be limited to 8:30a.m. to 3:30 p.m. on ' weekdays unless otherwise approved in writing by the Public Works Department at (425) 430- 7301. The Police Department, Fire Department and 911 shall be notified 24 hours in advance of any work in the right-of-way. If the Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day,the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 ' p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. ' 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 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time 1 the Contractor exceeds the Contracting Agency's noise control regulations or complaints are 32 received from the public or adjoining property owners regarding the noise from the Contractor's , operations. The Contractor shall have no claim for 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: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs-in excess of straight-time costs for Contracting Agency employees who worked during such times, ' on non.Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a ' single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer,such work necessitates their presence. , 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) ' Add the following new section: Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour , work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting ' Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such , costs from the amount due or to become due to the Contractor. 1-08.4 Notice to Proceed and Prosecution of the Work , (October 1, 2005 APWA GSP) Revise this section to read: 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 Contractor , shall not commence with the work until the Notice to Proceed has been ivg_en 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 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. 1-08.5 Time for Completion , (Special Provision) Replacement ' The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 33 ' The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, Sunday, day on which the contract specifically g Y Y� Y� Y P Y suspends work, or one of these holidays:January 1,third Monday of January,Memorial Day,July ' 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving,and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be,a holiday when Christmas Day occurs on a Monday,Wednesday, ' or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday,the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, 1 the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which,from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a ' day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. 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 days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approvedprogress schedule. If the Contractor elects to work 10 hours a day and 4 days a.week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. ' The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion,Physical Completion,and Completion Dates are specified in Sections 1-05:11 and 1- 1 05.12. ' The Contractor shall complete all work within ***seventy (45)*** working days after receipt of written Notice to Proceed. 1-08.7 Maintenance During Suspension ' (October 1, 2005 AP WA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the ' construction area a safe, smooth, and unobstructed roadway, sidewalk,and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may 34 include a temporary road or detour. ' 1-08.9 Liquidated Damages (Special Provision) Supplement ' Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. ' In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, ' including reasonable attorneys fees,from Contractor. {tc "1-08.11 Contractor's Plant and Equipment "11-08.11 Contractor's Plant and , Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of , the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by ' the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades,. and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. ' Section 1-08.12 is a new section: (tc "1-08.12 Attention to Work ")1-08.12 Attention to Work The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site,he shall at all , times be represented by a competent superintendent who shall have full authority to execute the same, and to .supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT ' {tc "1-09.1 Measurement of Quantities "}1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: ' Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. ' The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor,materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum 35 ' 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. ' Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. ' All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: ' 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name,date and time of delivery 4. , Location of delivery,by street and stationing on each street ' 5.`. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name ' It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. ' Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay ' quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. ' All tickets received that do not contain the following information will not be processed for payment: I. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name,date,and time of delivery 6. . Location for delivery by street and stationing on each street ' 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name ' {tc "1-09.3 Scope of Payment ")1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: ' Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the ' Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in the Proposal Form, and Work for that item-is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work.that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will 1 be made as for Extra Work pursuant to a Change Order. 36 1 The words Bid Item, Contract Item, and Pay Item, and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal ' Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under ' any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the ' Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items.will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and , "installed".under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be , incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated.into the Work,may be made on monthly estimates to the extent allowed. , 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement ' Section 1-09.6 is supplemented as follows: Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items ' to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does , not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization (Special Provision) Supplement This section is supplemented with the following: Mobilization shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his office, buildings, and other facilities necessary for work on the project; providing sanitary ' facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the City; and other work and operations which must be performed or costs that must be incurred. ' Payment will be made for the following item: 37 "Mobilization,"per lump sum. ' Section 1-09.7 is supplemented as follows: Sanitation ' Portable toilet facilities The Contractor shall furnish portable toilet facilities,at his expense. The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any accommodations for the Contractor and Owner employees that are necessary to comply with the ' requirements and regulations of the State of Washington Department of Social and Health Services and other agencies. The Contractor shall commit no public nuisance, keep all sites clean, dispose of all refuse in a proper manner and leave the Project Site in a neat and sanitary condition. Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site;the establishment of ' an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This.item shall also include providing Engineer and Inspectors with access to telephone, facsimile ' machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): Y g "Mobilization,"Lump Sum. 1-09.9 Payments (October 10, 2008 AP WA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000,the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: ' 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 payment. 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: 38 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of work completed multiplied by the unit price. ' 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed,with consideration given to, but ' not exclusively based on,the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced 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); ' 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 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. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: , Furnishing portable toilets shall be considered incidental to the project and no additional compensation shall be made. ' 1-09.13(3)A Administration of Arbitration ' (October 1, 2005 APWA GSP) Revise the third paragraph to read: ' 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 court 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. ' 1-10 TEMPORARY TRAFFIC CONTROL 39 1-10.2(2) Traffic Control Plans (City of Renton GSP) Supplement ' Section 1-10.2(2)is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident ' during operation. 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) working days. Traffic Control Plans shall be submitted prior to or at the preconstruction meeting. 1 Section 1-10 is supplemented by adding the following: Notifications The Contractor shall be responsible for delivering notification twice to all properties that front on, 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 Ci ty shall supply the Contractor with sufficient quantities standard notf cadon forna 1 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 Controb" ' 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 Works Transportation Systems Division. 40 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. Detailed Traffic control plans shall be required by the Contractor for some streets prior to ' Paving The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's Manual On Uniform Traffic Control , Devices for streets and highways,2009 Edition,shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. All work on this contract 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. 1-10.3 Traffic Control Labor,Procedures and Devices ' (City of Renton GSP) Supplement 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. ' 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. ' 1-10.3(1)C Uniformed Police Officer (Special Provision) New Section 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. ' 1-10.3(3)A Construction Signs (City of Renton GSP) Revision ' Section 1-10.3(3)paragraph 1 is revised as follows: 41 ' All signs required by the approved traffic control plan(s) as well as any other appropriate signs as deemed necessary by the Engineer, or required to conform with established standards, will be furnished by the Contractor. Section 1-10.3(3)paragraph 4 is revised as follows: ' No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs to provide set-up, maintenance, relocation, and removal of Class A or Class B construction signs shall be included in the lump sum contract price of Project Temporary Traffic Control of the work in the bid proposal. 1-10.5 Payment (Special Provision) Supplement 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 Provisions herein,including Uniformed Police Officers as necessary. 1-11 RENTON SURVEYING STANDARDS ' (City of Renton GSP) New Section The following is an added new section with new subsections: 1-11.1(1) Responsibility for surveys (City of Renton GSP) New Section All surveys and survey reports shall be prepared under the direct supervision of a person ' registered to practice land surveying under the provisions of Chapter 18.43 RCW. 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. 1 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 42 and precision'ratio of traverses used for survey control shall be revealed on the face of the survey ' drawing,as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system , methodology shall exhibit at 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 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 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 ' feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of.any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and ' the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement. ' 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof ' pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what ' measurements were made at each point. 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,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. Monument. Any physical object or structure of record which marks or accurately references: • A corner or other survey point established b or under the su ervision of an , Y P Y P 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 43 1 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 comers.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 ' monument. A minimum.of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn,and shall satisfy all applicable requirements of Section 1-11.1 herein. ' The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A ' photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. ' 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 1 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. ' 1-11.1(7) Precision Levels i Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. ' 1-11.1(8) Radial and Station--Offset Topography 44 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. 45 All points occupied or back sighted in developing radial topography or establishing baselines for station--offset topography shall meet the requirements of section 1-11.1 herein. ' The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure ' of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topog r ap h y ' Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not ' exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey ' All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and. the "as- builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1 1 herein and shall be based Y fY q ( ) ' upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with 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 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 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front i 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. ' 46 All non corner monuments, as defined in re 1-11.1(5) q, shall meet the requirements of section 1- 11.2(2)herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate ' from the monument and flush with the pavement surface,per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency , (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection,PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve.. . ' For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of , curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates. and NAVD 88 elevation shall be filled out and filed with the city. , 1-11.2 Materials 1-11.2(1) Property/Lot Corners ' Corners per 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 1-11.1(5) shall meet the requirements as set forth by WSDOT 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 WSDOT Standard Plan A-10.30-00 ' with the cap labeled"MON". 1-11.5 Payment Any additional work required by this section shall be included in the lump sum contract price for "Roadway Surveying." END OF DIVISION 1 47 tc 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS )2-02 EMOVAL OF STRUCTURE AND OBSTRUCTIONS ' Section 2-02 is revised supplemented as follows: General Requirements The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from the roadway surface and area must be swept clean prior to application of the tack coat for overlay. ' {tc "2-02.3(3) Removal of Pavement,Sidewalks, and Curbs'72-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item 1." Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul ' broken-up pieces to some off-project site. The section is supplemented as follows: 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 immediate) after backfillin and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. Section 2-02.4 replaces the existing vacant section: itc "2-02.4 Measurement"}2-02.4 Measurement Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment, but shall be included in other items of Work. tc "2-02.5 Pa ment" 2-02.5 Payment i Section 2-02.5 is supplemented by adding: 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. ' "Saw Cutting'% per Lineal Foot. "Remove Sidewalk", per Square Yard. ' "Remove Curb and Gutter", per Lineal Foot. 'Remove Asphalt Concrete Pavement, per square yard. Remove Cement Concrete pavement, per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and City of Renton— 2013 Street Patch And SP 48 Special Provisions ' Overlay With Curb Ramps May 2013 included in other items unless designated as specific bid items in the proposal. If ' 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 a separate item in the proposal, they will be measured ' and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. END OF DIVISION 2 ' 5-04 HOT MIX ASPHALT ' 5-04.3(5) Conditioning of Existing Surface Section 5-04.3(5) is supplemented by adding: The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by City engineer. Some streets may reauire some are-leveling, at the discretion of the City's inspector. "Thickened edges"may be required on some streets. ' i 5-04.3(5)A Preparation of Existing Surfaces ' Section 5-04.3(5)A is supplemented by adding_ The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the proiect prior to the start of paving, to insure 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 Contractor's equipment. If the pavina machine is "walked"from one site to another, the sweeper must sweep uo behind the paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. , i All utilities shall be painted with a biodearadable soap to prevent the tack and ACP from stickina to the lids. Diesel shall not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from petting into catch basin. ' City of Renton— 2013 Street Patch And SP 49 Special Provisions ' Overlay With Curb Ramps May 2013 I ' 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 rive days followina 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. The Contractor shall locate and completely expose gas and water valves for access immediately ' after final rolling. 1 The day following the start of application of ACR utility adiustments must beain. The Contractor ' shall have an adiustment crew adiustina utilities every workable working day until adiustments are complete. During the adjustment 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. ' Utility adiustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City inspector. ' Utility patches shall be sealed weekly. ' Utility adiustments must be com leted 15 working days after overlay is com lete and within the ' specified working days. ' Payment for utility adiustments includes all labor,materials, tools,and equipment necessary to complete the adiustments(including asphalt concrete pavement). ' City of Renton— 2013 Street Patch And SP 50 Special Provisions Overlay With Curb Ramps May 2013 I 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 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. 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 ' Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, ' paths, trails, gores, prelevel; and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at.the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the ' quantities used in the determination of nonstatistical evaluation. Item 7 is deleted ' 5-04.3(9) Spreading and finishing .Section 5-04.3(5) is supplemented by addine: , The Contractor shall maintain a straight edge on mat,where there is no gutter-line,to a+2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a t guide. During overlay procedure,driveways and connecting streets shall be tied to new mat by means of , adding additional material and "FEATHERING"the edge. All material raked off shall be removed from site. City of Renton— 2013 Street Patch And SP 51 Special Provisions , Overlay With Curb Ramps May 2013 5-04.3(14) Planing Bituminous Pavement 5-04.3(14) is supplemented with the following: ' Areas for cold-planing will be marked out by the Engineer in the field and also shown typical in the standard plan. ' May#4,Alleys will need to be paved with 4"of HMA in two 2"lifts,after the 2013 Renton Hill Allev Sewer Replacement Proiect is completed. This should be around the end of July,2013. ' Map#2 and Map#3,shall be around 4"deep and paved with 4"of HMA in two 2"lifts, May#1, all streets,except Kirkland P/NE and NE 20th St,shall be around down 4"deep and paved with 4 "of HMA in two 2"lifts and shall be paid out of bid items#4 and#6. ' Map#1, Kirkland PL NE and NE 2e St shall be patched using bid items#6 and#7 and then overlaid with 2"of HMA,(bid item#3). For all may#s,sub-base material, which is determined by the Engineer to be unsuitable shall be removed under the bid item Roadway Excavation/ncludina Haul and replaced with CSTC prior to the application of HMA. 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 V, 1", 3/", W, 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 1 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 City of Renton— 2013 Street Patch And SP 52 Special Provisions Overlay With Curb Ramps May 2013 the maximum CPF shall be 1.00. When less than three sublots exist, ' backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. t 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 street shall be tested to provide a minimum of three sets of results for evaluation. ' For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be ' determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ' 5-04.5(1)A Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: ' The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. END OF DIVISION 5 „ (tc 7-05 MANHOLES, INLETS, AND CATCH BASINS )7-05 MANHOLES, INLETS, AND CATCH BASINS , 7-05.3 Construction Requirements tic "7-05.3(1) Adjusting Manholes and Catch Basins to Grade'}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. City of Renton— 2013 Street Patch And SP 53 Special Provisions ' Overlay With Curb Ramps May 2013 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. ' In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. .Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. ' Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final ' adjustment shall be made and cast iron frame be set after forms have been placed. and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. ' In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. ' The manhole shall then be brought to proper made utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on concrete bricks or concrete adjustment rings and set to the desired grade. All adjustment lavers must have 318 inches of mortar installed. The use of shims is 1 prohibited. The mortar used shall be high strength non-shrink grout, such as Rapid Set@ Cement AX or equivalent, approved by the engineer. 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 four feet. The base materials and crushed rock shall be removed, the outer edge of the casting shall be painted with hot asphalt cement, and the entire volume of the excavation shall be replaced with ehaht inches of HMA Class "B" in 3 lifts. 1 Each lift shall be compacted with a "plate compactor". The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The ioint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement and shall be immediately covered with dnr 1 paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. ' Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be ' painted with hot asphalt cement.Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The 1 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. ' City of Renton— 2013 Street Patch And SP 54 Special Provisions Overlay With Curb Ramps May 2013 1 Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. , MAP #3, Soos Creek Water and Sewer District will adjust the water valves and sewer manhole castincrs after the final pavement has been installed. (tc "7-05.4 Measurement").7-05.4 Measurement , Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. 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. 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- 05.3(1) and the City of Renton Standard Details. Connection to existing pipes and structures shall be measured per each. ' I (tc "7-05.5 Payment")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 1 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 A or Structure Excavation Class B is included , in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. The bid item for Puget Sound Energy gas valves shall include mobilization and traffic control. The contractor shall bill Puget Sound Enercly directly. To receive "parts"(rings and lids) contact Matt Courtney at (425)766-1773, for payment and ' billing agreements contact Kathy Johnson at(425)462-3381 (tc "8-09 RAISED PAVEMENT MARKERS")8-09 RAISED PAVEMENT MARKERS ' (tc "8-09.5 Payment ")8-09.5 Payment ' Section 8-09.5 has been 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-yellow", per each. "Raised Pavement Marker Type 1-white", per each. "Raised Pavement Marker Type 2d- yellow", per each. City of Renton— 2013 Street Patch And SP 55 Special Provisions ' Overlay With Curb Ramps May 2013 ' "Raised Pavement Marker Type 2e-white", per each. Raised Pavement Marker Type 2b- blue", per each "Raised Pavement Marker Type 3- In.", per each. ' "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed ' Pavement Marker" 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. 1 (tc "8-14 CEMENT CONCRETE SIDEWALKS")8-14 CEMENT CONCRETE SIDEWALKS {tc "8-14.3(4) Curing '78-14.3(3) Placing and Finishing Concrete ' Section 8-14.3(4) is supplemented by adding the following: ' On newly placed sidewalk ramps, the detectable warning pattern shall be achieved by a cast-in-place material and installed before the concrete has cured. The material and methods of detectable warning pattern placement is subject to lthe engineer's approval. On streets with concrete work, the curb and gutter and/or curb ramps shall be ' installed before the street is overlaid. & 118-14.3(4) Curing '78-14.3(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 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 concrete shall be removed and replaced at the expense of the Contractor. ' 8-14.3(5)Ramp Detectable Warning Retrofit ' On the existing curb ramps, the Contractor shall install preformed detectable warnings approved by the engineer. The Contractor shall use 1 of the detectable warning pattern products listed in the Qualified Products List or ' submit another manufacturer's product for approval by the en_ineer. Torch down type preformed detectable warnings shall not be allowed. ' City of Renton— 2013 Street Patch And SP 56 Special Provisions Overlay With Curb Ramps May 2013 i (tc "8-14.4 Measurement ")8-14.4 Measurement , Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for "Curb Rama, Cement Concrete," the Der , each measurement shall include all costs for the complete installation per the plans and standard details including expansion ioint material, curb and putter, pedestrian curb, cast in place detectable warning, and ramped sidewalk section. Sawcuttincr, removal and disposal of excavated materials including► existing asphalt pavement, ' existing curb and putter, existing curb ramp and/or sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8- 14 shall be included in the per each price for "Curb Ramp. Cement Concrete". Any , curb and putter or sidewalk removed and installed outside the limits of the "Curb Ramp, Cement Concrete" shall be paid for out of item ft 30, 31, 33, and 34 in Schedule of Prices. (tc 8-14.5 Payment )8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. Curb or pavement damaged due to Contractor operations shall be replaced by the Contractor,to the satisfaction of the Engineer, at the Contractor's expense. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL {tc 118-20.3(14) Signal Systems "}8-20.3(14) Signal Systems ' (tc "8-20.3(14)C Induction Loop Vehicle Detectors")8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C is revised as follows: ' 11. Install sealant per Section 9-02.1(10). (tc "8-20.3(14)D Test for Induction Loops and Lead-in Cable"18-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8-20.3(14)D is supplemented by adding the following: The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. (tc "8-22 PAVEMENT MARKING")8-22 PAVEMENT MARKING , (tc "8-22.1 Description ")8-22.1 Description The following item in Section 8-22.1 is revised as follows: , Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane , lines and the center of lanes. See detail sheet. City of Renton— 2013 Street Patch And SP 57 Special Provisions ' Overlay With Curb Ramps May 2013 ' Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane, two-way highways and for channelization. 1 Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed ' on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the ' same direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. ' Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right ' of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. ' Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. ' tic 118-22.3(5) Installation Instructions '78-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material 1 installation to approve the installation procedure. (tc "8-22.5 Payment ")8-22.5 Payment ' Section 8-22.5 is supplemented as follows: "Approach Stripe," per linear foot. "Remove Paint Line ....."wide," per linear foot.* "Remove Plastic Line ......"Wide," per linear foot.* r "Remove existing traffic markings, "per lump sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the ' lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not ' appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of 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. ' City of Renton— 2013 Street Patch And SP 58 Special Provisions Overlay With Curb Ramps May 2013 (tc "8-23 TEMPORARY PAVEMENT MARKINGS")8-23 TEMPORARY , PAVEMENT MARKINGS (tc "8-23.5 Payment ")8-23.5 Payment ' Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Traffic Control," if that item is included as a bid item. . 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS ' (City of Renton GSP)New Section Section 8-50 is an added new section with new subsections: , CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS , Amended April 4,2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities.Any public or private ' utilities,general contractors,or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS ' Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer,or their designated representative. SECTION 3 HOURS OF OPERATIONS ' Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. ' SECTION 4 APPLICATION 1.The following standards shall be followed when doing trench or excavation work within ' the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator,or authorized representative,upon written request by the permittee,their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION , The Engineer may determine in the field that a full street-width(edge-of-pavement to edge- ofpavement)overlay is required due to changes in the permit conditions such as,but not limited to the following: , 1.There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or City of Renton— 2013 Street Patch And SP 59 Special Provisions Overlay With Curb Ramps May 2013 ' damaged. 3.Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road,Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association(APWA)and the Washington State Department of Transportation(WSDOT)and shall comply with the most current edition. ' An asphalt paver shall be used in accordance with Section 5-04.3(3)of Standard Specifications.A"Layton Box"or equal may be used in place of the power-propelled paver.Rollers shall be used in accordance with Section 5-04.3(4)of the Standard ' Specifications. "Plate Compactors"and"Jumping Jacks SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details or as shown on the Plans,unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic ' loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS ' All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot(1')outside the trench width.The top two inches(2")of asphalt shall be ground down to a minimum distance of one foot(1')beyond the actual outside edges of the trench and shall be replaced with two inches(2")of HMA asphalt,where applicable.At the discretion of the engineer,a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length ' of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Crossings): ' a The minimum width of a transverse patch(road crossing)shall be six and one-half feet(6.5'). b Any affected lane will be ground down two inches(2")and paved for the entire width ' of the lane. c Patch shall be a minimum of one foot(1')beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet(3')of any adjacent lane line,the ' entire adjacent traveled lane affected will be repaved e An area including the trench and one foot(1')on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches(2").A two-inch(2")overlay of HMA asphalt will be applied. 2.Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. ' c If the outside of the trenching is within three feet(3')of any adjacent lane line,the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than,or equal to 30%of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block,then the lanes affected will ' be overlaid.Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10')at each end of the trench will be ground down to a depth of two inches(2").A ' City of Renton— 2013 Street Patch And SP 60 Special Provisions Overlay With Curb Ramps May 2013 two-inch(2")overlay of HMA asphalt will be applied. ' 3.Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot(1')beyond the excavation:All affected lanes ' will be ground down to a depth of two inches(2")and paved not less than six and one half feet(6.5')wide for the entire width of the lane.Potholes greater than five feet(5')in length,width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan#HR05 (SP Page 11032). Restoration requirements utilizing vactor equipment will be determined by the engineer. ' SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING , The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches(2")of asphalt.Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. ' SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS , 1, Trench restoration shall be either by a patch or overlay method, as required and indicated on the Plans and City of Renton Standard Plan H033. 2.All trench and pavement cuts,which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench ' width. 3.All trenching within the top four feet(4')shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications.Any trenching over ' four feet(4')in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4')depth.If the existing material(or other material)is determined by the Engineer to be suitable for backfill,the contractor may use the native material, , except that the top six inches(6")shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent(95%)density,as described in Section 2-03 of the Standard Specifications.In the top six feet(6)of any trench,backfill compaction shall be performed in eight to 12-inch(8-12")lifts. ' Any trench deeper than six feet(6)may be compacted in 24-inch lifts,up to the top six foot (6)zone. ' All compaction shall be performed by mechanical methods.The compaction tests may be performed in maximum four-foot(4')vertical increments.The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. , 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix(cold mix),Asphalt Treated Base(ATB),or steel plates,as approved by the Engineer.ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled.After rolling,the trench must be filled flush with asphalt to provide a smooth riding surface.If the temporary restoration does not hold up,the Contractor shall repair the patch within eight hours of being notified of the problem by ' the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch,the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch,with the second half of ' the reimbursement to represent City overhead and hidden costs. 5.HMA asphalt shall be placed to the compacted depth as required and indicated on the Plans,or as directed by the Engineer. The materials shall be made in conformance with Section 9-02.1(4)of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be City of Renton— 2013 Street Patch And SP 61 Special Provisions , Overlay With Curb Ramps May 2013 ' emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6)of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7.HMA asphalt shall be placed in accordance with Section 5-04 of the Standard Specifications;except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches(12"),unless otherwise approved by the Engineer.Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the HMA mix as appropriate. Surface smoothness shall be per Section 5-04.3(13)of the Standard'Specifications.The paving shall be corrected by removal and repaving of the trench only.Asphalt patch depths will vary ' based upon the streets being trenched.The actual depths of asphalt andthe work to be performed shall be as required and indicated on the Plans.Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of density as determined by WSDOT Test Method 705.The number of tests required shallbe determined by the Engineer.Testing shall be performed by an independent testing lab with the results being supplied to the Engineer.Testing is not intended to relieve the contractor from any liability for the trench restoration.It is intended to show the inspector, and the City,that the restorationmeets these specifications. 8.All joints shall be sealed using paving asphalt AR-4000W. 9.When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen 15 working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. ' The Engineer may deem it necessary to complete the work within the fifteen(15) working day time frame and not allow any time extension. Should this occur,the Contractor shall perform the necessary work, as directed by the Engineer. 11.A City of Renton temporary Traffic Control Plan(from Renton Transportation Engineering)shall be submitted and approved by the Engineer a minimum of three(3) working days prior to commencement of work. ' SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED ' The Permittee will be required to remove utility ocate marks on sidewalks only within the q tY Y Downtown Core Area.The permittee shall remove the utility locate marks within 14 days of job ' completion. END OF DIVISION 8 ' DIVISION 9—MATERIALS & "9-02 BITUMINOUS MATERIALS")9-02 BITUMINOUS MATERIALS ' Section 9-02.1(10) is a new section: City of Renton— 2013 Street Patch And SP 62 Special Provisions ' Overlay With Curb Ramps May 2013 {tc 119-02.1(10) Loop Sealant(RC)'79-02.1(10) Loop Sealant(RC) ' Unless specified otherwise in the contract or permitted by the Engineer upon request from, the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience ' specifications of ASTM D3407. The Contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets , or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. (January 5, 2004) ' 9-03 AGGREGATES ' 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: , 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the ' following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1" W '/" and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% ' U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% ' U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% ' Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) ' VFA min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. , The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-05 DRAINAGE STRUCTURES CULVERTS AND CONDUITS , 9-05.15 Metal Castings t (Special Provision) Revision Section 9-05.15 is revised as follows: , In the first sentence of the second paragraph,delete"dipped." {tc "9-23 CONCRETE CURING MATERIALS AND ADMIXTURES"}9-23 , CONCRETE CURING MATERIALS AND ADMIXTURES City of Renton— 2013 Street Patch And SP 63 Special Provisions , Overlay With Curb Ramps May 2013 1 ' (tc "9-23.9 Fly Ash (RC)")9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNALS,ELECTRICAL 9-29.3(2)F Detector Loop Wire ' (Special Provision)Revision Section 9-29.3(2)F is revised as follows: Detector loop wire shall be No. 12 AWG stranded copper wire, Class B,with chemically cross rlinked polyethylene type RHH-RHW insulation of code thickness. END OF DIVISION 9 r r r r r r r r r r r ' City of Renton— 2013 Street Patch And SP 64 Special Provisions Overlay With Curb Ramps May 2013 CITY OF RENTON 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS ' CONTRACT DOCUMENTS L o AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2012 Standard Specifications for Road, Bridge,-and Municipal Construction. , 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 ,8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. , 15 16 1-01.AP1 17 { TC " Section 1-01, Definition and Terms " )Section 1-01, Definition and Terms ' 18 August 6, 2012 19 1-01.3 Definitions 20 The definition for"Bid Documents" is revised to read: ' 21 22 The component parts of the proposed Contract which may include, but are not limited 23 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, , 24 Addenda, and, for projects with Contracting Agency subsurface investigations, the 25 Summary of Geotechnical Conditions and subsurface boring logs (if any). 26 '27 The definition for"Superstructures" is revised to read: 28 29 The part of the Structure above: ' 30 31 1. The bottom of the grout pad for the simple and continuous span bearing, or 32 ,33 2. The bottom of the block supporting the girder, or 34 35 3. Arch skewback and construction joints at the top of vertical abutment members ' 36 or rigid frame piers. 37 38 Longitudinal limits of the Superstructure extend from end to end of the Structure in 39 accordance with the following criteria: , 40 41 1. From the face of end diaphragm abutting the bridge approach embankment for 42 end piers without expansion joints, or 43 44 2. From.the end pier expansion joint for bridges with end pier expansion joints. 45 ,46 Superstructures include, but are not limited to, the bottom slab and webs of box girders, 47 the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the 48 bridge deck. The Superstructure also.includes the girders, expansion joints, bearings, ' 49 barrier, and railing attached to the Superstructure when such Superstructure AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 1 1 In the event the Contractor elects to have items fabricated beyond 300 miles from 2 Seattle, Washington, the Contracting Agency will deduct from payment due the 3 Contractor costs to perform fabrication inspection on the following items: 4 ' 5 Bridge Bearings (Cylindrical, Disc; Fabric Pad, Pin, Pendulum, Rocker, and 6 Spherical) 7 0 Cantilever Sign Structures and Sign Bridges 8 0 Epoxy-Coated Reinforcing Steel ' 9 Metal Bridge Railing and Handrail 10 Modular Expansion Joints 11 Painted Piling and Casing 12 Painted and Powder-Coated Luminaire and Signal Poles 13 Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers 14 Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and ' 15 Sanitary Sewer Pipe 16 Precast Concrete Three Sided Structures 17 Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and 18 Box Culverts 19 0 Precast Concrete Traffic Barrier 20 0 Precast Concrete Marine Pier Deck Panels ' 21 6 Precast Concrete Floor Panels 22 0 Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem 23 Panels 24 0 Precast Concrete Retaining Walls, including Lagging Panels ' 25 0 Prestressed Concrete Girders and Precast Bridge Components 26 0 Prestressed Concrete Piles 27 0 Seismic Retrofit Earthquake Restrainers ' 28 0 Soldier Piles 29 0 Steel Bridges and Steel Bridge Components 30 0 Steel Column Jackets 31 0 Structural Steel for Ferry Terminals, including items such as Dolphins, 32 Wingwalls, and Transfer Spans 33 a Treated Timber and Lumber 6-inch by 6-inch or larger 34 & Timber ' 35 Additional items as may be determined by the Engineer 36 37 The footnote below the table is revised to read: 38 39 An inspection day includes any calendar day or portion of a calendar day spent by 40 one inspector inspecting, on standby, or traveling to and from a place of fabrication. 41 An additional cost per inspection day will be assessed for each additional inspector. 42 Reimbursement will be assessed at $280.00 per day for weekends and holidays for 43 each on site inspector in travel status, but not engaged in inspection or travel 44 activities when fabrication activities are not taking place. 45 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 3 1 10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington 2 State Employee Security Department. Post on all projects 3 4 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" 5 for the Contractor, each Subcontractor, each lower tier subcontractor, and any ' 6 other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions 7 of RCW 39.12 because of the definition of"Contractor" in WAC 296-127-010 8 9 12. Post one copy of the prevailing wage rates for the project 10 11 1-07.9(5) Required Documents 12 Item number 2. in the first paragraph is revised to read: ' 13 14 2. A copy of an approved "Affidavit of Prevailing Wages Paid", State L&I's form 15 number F700-007-000. The Contracting Agency will not grant Completion until all ' 16 approved Affidavit of Wages paid for Contractor and all Subcontractors have been 17 received by the Project Engineer. The Contracting Agency will not release to the 18 Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of , 19 Prevailing Wages Paid" forms have been approved by State L&I and a copy of all 20 the approved forms have been submitted to the Engineer. 21 ,22 1-07.14 Responsibility for Damage 23 The fifth paragraph is revised to read: 24 '25 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent 26 negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the 27 Contractor or the Contractor's agent or employees, the indemnity provisions provided in ' 28 the preceding paragraphs of this Section shall be valid and enforceable only to the 29 extent of the Contractor's negligence or the negligence of its agents and employees. 30 31 1-07.15 Temporary Water Pollution/Erosion Control , 32 The third paragraph is deleted. 33 34 1-08.AP 1 , 35 {TC " Section 1-08, Prosecution and Progress " )Section 1-08, Prosecution 36 and Progress 37 April 1, 2013 ' 38 1-08.1 Subcontracting 39 In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". ' 40 41, 1-08.3(1) General Requirements 42 The following new paragraph is inserted after the first paragraph: ' 43 44 Total float belongs to the project and shall not be for the exclusive benefit of any party. 45 '46 1-08.5 Time for Completion 47 The last paragraph in this section is supplemented with the following: 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:5/8/2013 Page 6 1 Aggregate Compliance Price Adjustment= (Composite Pay Factor— 1.00) 2 (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, 3 whichever is higher.) 4 5 3-04.5 Payment 6 In the second paragraph, the reference "Section 3-04.3(6)C '` is revised to read "Section 3- 7 04.3(8)" 8 9 In Table 1, the top two rows are revised to read the following three new rows: 10 9-03.1 Concrete Aggregate exce t pavement) 2000 10001 $15.00 $30.00 t9-03.1 Concrete Aggregate(pavement) 4000 2000' $15.00 $30.00 9-03.4(2) Crushed Screening' 1000 500 $20.002 $40.00 11 12 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is 13 revised to read: 14 ' 9-03.14(4) Gravel Borrow for Structural Earth Walls 14000 1 2000 $30 $60 15 16 The footnotes below the Table 1 are revised to read: 17 18 1. Based on 1000 CY of Concrete. 19 ' 20 2 Price adjustment only applies to the actual quantity of aggregate used in the 21. concrete. 22 23 3 Contingent unit price per S.Y. is $0.30. 24 25 In Table 2, the first row is revised to read: 26 ' 9-03.1 Concrete Aggregate(all concrete aggregate-including 2 2 2 10 20 pavement) 27 i 28 In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to 29 read: 30 9-03.12(1)A Gravel Backfill for 771 Foundations Class A3 31 ' 32 In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is .33 revised to read: 34 ' 9-03.14(4) Gravel Borrow for 2 2 5 5 5 10 Other Structural Earth Walls 35 36 The footnotes below the Table 2 are supplemented with the following: i 37 38 3 Use the price adjustment factors for the material that is actually used. 39 40 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. 41 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 7 1 2 Blending Sand 9-03.8(4) 3 4 The fourth paragraph is revised to read: 5 6 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt f 7 binder from different sources is not permitted. 8 �.9 5-04.3(7)A1 General 10 This section is supplemented with the following: 11 12 The Contractor shall include.the brand and type of anti-stripping additive in the mix 13 design submittal and provide certification from the asphalt binder manufacture that the 14 anti-stripping additive is compatible with the crude source and formulation of asphalt 15 binder proposed in mix design. 16 17 5-04.3(7)A3 Commercial Evaluation 18 The second sentence in the second paragraph is deleted. ' 19 20 5-04.3(10)B3 Longitudinal Joint Density 21 The section including title is revised to read: , 22 23 5-04.3(10)B3 Vacant 24 ,25 5-04.3(11)D General 26 The last sentence in the first paragraph is deleted. 27 28 5-04.3(12)A Transverse Joints ' 29 In the second paragraph "planning"is revised to read "planing". 30 '31 5-04.3(20) Anti-Stripping Additive 32 This section is revised to read: 33 34 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 35 shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical 36 evaluation the anti-stripping additive shall be added in the amount designated in the 37 WSDOT mix design/anti-strip evaluation report provided by the Contracting Agency. For 38 HMA accepted by commercial evaluation the Project Engineer will determine the 39 amount of anti-strip to be added; paving shall not begin before the anti-strip 40 requirements have been provided to the Contractor. , 41 42 5-04.4 Measurement 43 The first sentence in the first paragraph is revised to read: 44 45 HMA Cl. PG HMA for _ Cl. _ PG and Commercial HMA will 46 be❑measured by the ton in accordance with Section 1-09.2, with no deduction being ' 47 made for the weight of asphalt binder, mineral filler, or any other component of❑the 48 mixture. 49 '50 The last paragraph is deleted. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:5/8/2013 Page 9 1 date of certificate. The following documentation shall be submitted to the Project 2 Engineer; a copy of the current NRMCA Certificate of Conformance, the concrete mix 3 design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale 4 certification, admixture dispensing certification, and volumetric water batching devices 5 (including water meters) verification. 6 7 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, 8 and Air Control 9 The last sentence in the second paragraph is revised to read: 10 11 Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and 12 random samples shall be selected.in accordance with WSDOT TM 716. 13 14 6-02.3(14)C Pigmented Sealer for.Concrete Surfaces 15 This section is revised to read: 16 17 The Contractor shall submit the pigmented sealer manufacturer's written instructions 18 covering, at a minimum, the following: 19 20 1. Surface preparation 21 22 2. Application methods 23 24 3. Requirements for concrete curing prior to sealer application 25 26 4. Temperature, humidity and precipitation limitations for application 27 28 5. Rate of application and number of coats to apply 29 30 The Contractor shall not begin applying pigmented sealer to the surfaces specified to 31 receive the sealer until receiving the Engineer's approval of the submittal. 32 33 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 34 surface finish (except that concrete barrier surfaces shall be finished in accordance with 35 Section 6-02.3(11)A). The Contractor shall not apply pigmented sealer from a batch 36 greater than 12 months past the initial date of color sample approval of that batch by the 1 37 Engineer. 38 39 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 40 in the Special Provisions. 41 42 The final appearance shall be even and uniform without blotchiness, streaking or 43 uneven color. Surface finishes deemed unacceptable by the Engineer shall be re- 44 coated in accordance with the manufacturer's recommendations at no additional 45 expense to the Contracting Agency. 46 47 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 48 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot 49 below the finish ground line, unless otherwise shown in the Plans. 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 11 1 Prestressed concrete girders shall be braced sequentially during girder erection. The 2 bracing shall be designed and detailed by the Contractor and shall be shown in the 3 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall 4 furnish, install, and remove the bracing at no additional cost to the Contracting Agency. 5 6 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent 7 lateral movement or rotation. This bracing shall be placed prior to the release of each 8 girder from the erection equipment. If the bridge is constructed with cast-in-place 9 concrete diaphragms, the bracing may be removed once the concrete in the 10 diaphragms has been placed and cured for a minimum of 24 hours. 12 6-02.3(17)H Formwork Accesories The first paragraph is deleted and replaced with the following two new paragraphs: 14 15 . Formwork accessories such as form ties, form anchors, form hangers, anchoring 6 Inserts, and similar hardware shall be specifically Identified In the formwork plans 17 including the name and size of the hardware, manufacturer, safe working load, and 18 factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods, ' 19 and similar hardware. Wire form ties shall not be used. Welding or clamping formwork 20 accessories to Contract Plan reinforcing steel will not be allowed. Driven types of 21 anchorages for fastening forms or form supports to concrete, and Contractor fabricated 22 "J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed. 23 24 Taper ties may be used provided the following conditions are met: 25 26 1. The structure is not designed to resist water pressure (pontoons, floating 27 dolphins, detention vaults, etc.) 28 29 2. After the taper tie is removed, plugs designed and intended for plugging taper 30 tie holes shall be installed at each face of concrete. The plug shall be installed 31 a minimum of 1 '/" clear from the face of concrete. 32 33 3. After the plug is installed, the hole shall be cleaned of all grease, 34 contamination and foreign matter. 35 36 4. Holes on the exposed faces of concrete shall be patched and finished to match 37 the surrounding concrete. 38 39 6-02.3(25)N Prestressed Concrete Girder Erection 40 The third sentence in the fifth paragraph is revised to read: 41 42 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6- 43 02.3(17)F5. 44 45 6-02.3(26)E5 Leak Tightness Testing 46 The first sentence in the first paragraph is revised to read: ' 47 48 The Contractor shall test each completed duct assembly for leak tightness after placing 49 concrete but prior to placing post tensioning reinforcement. 50 51 The second paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 13 1 6-07.AP6 2 { TC " Section 6-07, Painting " )Section 6-07, Painting 3 April 2, 2012 4 6-07.3(9)A Paint System 5 The first sentence in the second paragraph is revised to read: 6 ' 7 All paint coating components of the selected paint system shall be produced by the 8 same manufacturer. 9 10 6-07.3(10)H Paint System 11 The first and second sentences in the second paragraph are revised to read: 12 13 All paint coating components of the selected paint system shall be produced by the 14 same manufacturer. 15 16 6-10.AP6 17 { TC " Section 6-10, Concrete Barrier " )Section 6-10, Concrete Barrier .18 August 6, 2012 19 6-10.3 Construction Requirements 20 This section is supplemented with the following: 21 ' 22 Steel welded wire reinforcement deformed, conforming to Section 9-07.7, may be 23 substituted in concrete barrier in place of deformed steel bars conforming to Section 9- 24 07.2, subject to the following conditions: 1 25 26 1. Steel welded wire reinforcement spacing shall be the same as the deformed 27 steel bar spacing as shown in the Standard Plans. ' 28 29 2. The minimum cross sectional area for steel welded wire reinforcement shall be 30 no less than 86 percent of the cross sectional area for the deformed steel bars 31 being substituted. 32 33 3. Development lengths and splice lengths shall conform to requirements 34 specified in the AASHTO LRFD Bridge Design Specifications, current edition. ' 35 36 6-10.5 Payment 37 In the second paragraph, the bid item "Cone. Class 4000" is revised to read: ' 38 39 "Cone. Class 4000_" 40 41 6-12.AP6 42 { TC " Section 6-12, Noise Barrier Walls " )Section 6-12, Noise Barrier Walls 43 August 6, 2012 44 6-12.3(3) Shaft Construction 45 The third sentence in the fifth paragraph is revised to read: 46 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 15 1 2 6-13.4 Measurement 3 In the second paragraph, "Backfill" is revised to read "Gravel borrow". 4 5 6-13.5 Payment 6 In this section, the bid item "Backfill for Structural Earth Wall Incl. Haul' is revised to read. 7 8 "Gravel Borrow for Structural Earth Wall incl. Haul". ' 9 10 6-14.AP6 11 {tc " Section 6-14, Geosynthetic Retaining Walls "}Section 6-14, Geosynthetic 12 Retaining Walls 13 April 1, 2013 14 6-14.2 Materials t 15 The first paragraph is revised to read: 16 '17 Materials shall meet the requirements of the following sections 18 19 Portland Cement 9-01 ' 20 Aggregates for Portland Cement Concrete 9-03.1 21 Sand 9-03.13(1) 22 Gravel Borrow for Structural Earth Wall 9-03.14(4) 23 Polyurethane Sealant 9-04.2(3) ' 24 Closed Cell Foam Backer Rod 9-04.2(3)A 25 Anchor Rods and Associated Nuts, Washers, and Couplers 9-06.5(1) 26 Reinforcing Steel 9-07 27 Wire Mesh for Concrete Reinforcement 9-07.7 28 Grout 9-20.3(4) 29 Construction Geosynthetic 9-33 ' 30 31 6-14.4 Measurement 32 In the second paragraph, "geosynthetic retaining wall backfill" is revised to read "structural 33 earth retaining wall backfill". 34 35 6-14.5 Payment 36 In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul. Is revised 37 to read: 38 39 "Gravel Borrow for Structural Earth Wall incl. Haul" 40 41 6-15.AP6 42 (Tc " Section 6-15, Soil Nail Walls ")Section 6-15, Soil Nail Walls 43 January 2, 2012 44 6-15.2 Materials ' . 45 The referenced section for the following item is revised to read: 46 47 Grout 9-20.3(4) 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 17 1 The Contractor shall perform the amount of obstruction work estimated by the 1 2 Contracting Agency within the original time of the contract. The Engineer will consider a 3 time adjustment and additional compensation for costs related to the extended duration 4 of the shaft construction operations, provided: 5 6 1. the dollar amount estimated by the Contracting Agency has been exceeded, 7 and; . 8 9 2. the Contractor shows that the obstruction removal work represents a delay to 10 the completion of the project_ based on the current progress schedule provided 11 in accordance with Section 1-08.3. 12 13 6-17.AP6 14 { Tc " Section 6-17, Permanent Ground Anchors " )Section 6-17, Permanent 15 Ground Anchors 16 August 6, 2012 ' 17 6-17.3(3) Submittals 18 The first sentence in the sixth paragraph is revised to read: 19 ' 20 The Contractor shall submit the mix design for the grout conforming to Section 9-20.3(4) 21 and the procedures for placing the grout to the Engineer for approval. 22 1 23 6-17.3(7) Installing Permanent Ground Anchors 24 The following new paragraph is inserted after the sixth paragraph: 25 26 The Contractor shall make and cure grout cubes once per day in accordance with 27 WSDOT Test Method T 813. These samples shall be retained by the Contractor until all 28 associated verification, performance and proof testing of the permanent ground anchors 29 has been successfully completed. If the Contractor elects to test the grout cubes for 30 compressive strength, testing shall be conducted by an independent laboratory and 31 shall be In accordance with the WSDOT FOP for AASHTO T106. 32 33 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 34 The fourth paragraph is deleted. 35 t36 6-19.AP6 37 { Tc " Section 6-19, Shafts " )Section 6-19, Shafts 38 August 6, 2012 39 6-19.3(4)F Slurry Disposal 40 This section including title is revised to read: - . 41 42 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 43 The Contractor shall dispose of the slurry and slurry-contacted spoils as specified in the 44 shaft installation narrative in accordance with Section 6-19.3(2)6, item 8, and in 45 accordance with the following requirements: 46 ' 47 1. Water slurry with no additives may be infiltrated to an upland area within the 48 confines of the Contracting Agency Right of Way for the project. Infiltration is 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:51812013 Page 19 1 2 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint 3 shall be applied in accordance with Section 7-08.3(2)D. 4 5 7-03.3(5) Headwalls 6 This section is supplemented with the following: 7 8 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint 9 shall be applied in accordance with Section 7-08.3(2)D. 10 11 7-04.AP7 12 { TC Section 7-04, Storm Sewers " )Section 7-04, Storm Sewers i 13 August 6, 2012 14 7-04.3(1)B Exfiltration Test— Storm Sewers ' 15 The fifth column title "PE 4,, is revised to read "PP4" from the table titled, "Storm Sewer Pipe 16 Schedules". 17 18 Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: 19 20 4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, ' 21 36 inch to 60 inch diameters approved for Schedule A only. 22 23 7-04.5. 24 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per 25 linear foot is revised to read: 26 27 "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 28 29 7-05.AP7 30 ( TC " Section 7-05, Manholes, Inlets, Catch Basins, and Drywells " )Section 7- 31 05, Manholes, Inlets, Catch Basins, and Drywells 32 April 2, 2012 33 7-05.3 Construction Requirements 34 The third paragraph is supplemented with the following: ' 35 36 Leveling and adjustment devices that do not modify the structural integrity of the metal 37 frame, grate or cover, and do not void the originating foundry's compliance to these 38 specifications and warranty is allowed. Approved leveling devices are listed in the 39 Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, 40 backfill density, grouting and asphalt density will not be allowed. The hardware for 41 leveling and adjusting devices shall be completely removed when specified by the 42 Project Engineer. 43 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 21 1 8-01.3(2)E Tackifiers ' 2 Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid 3 uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A 4 minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term 5 Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with 6 - the manufacturer's recommendations. 7 8 Soil Binding Using Polyacrylamide (PAM) - The PAM shall be applied on bare soil 9 completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM 10 shall be applied at a rate of not more than % pound per 1,000 gallons of water per acre. 11 A minimum of 200 pounds per acre of Short-Term Mulch shall be applied with the 12 dissolved PAM. Dry powder applications may be at a rate of.5 pounds per acre using a 13 hand-held fertilizer spreader or a tractor-mounted spreader. 14 15 PAM shall be applied only to areas that drain to completed sedimentation control BMPs 16 in accordance with the TESC Plan. PAM may be reapplied on actively worked areas 17 after a 48-hour period. 18 19 PAM shall not be applied during rainfall or to saturated soils 20 21 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch -22 In the first paragraph, "Engineer" is revised to read "Project Engineer". 23 ' 24 Note 1 of the table in the first paragraph is revised to read: 25 26 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be ' 27 accomplished during the fall period listed above 28 29 The third paragraph is deleted. 30 31 8-01.3(3) Placing Erosion Control Blanket 32 This section including title is revised to read: 33 ' 34 8-01.3(3) Placing Biodegradable Erosion Control Blanket 35 Biodegradable Erosion Control Blankets are used as an erosion prevention device and 36 to enhance the establishment of vegetation. Erosion control blankets shall be installed ' 37 according to the manufacturer's recommendations. 38 39 Seeding and fertilizing shall be done prior to blanket installation. 40 41 Select erosion control blanket material for an area based on the intended function: slope 42 or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and 43 flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that 44 exceed the manufacturer's recommendations. 45 46 8-01.3(4) Placing Compost Blanket 47 The first paragraph is revised to read: 48 49 Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket ' 50 shall be placed prior to seeding or other planting.An organic tackifier shall be placed 51 over the entire composted area when dry or windy conditions are present or expected 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 23 1 1 8-01.3(7) Stabilized Construction Entrance 2 The first paragraph is revised to read: , 3 4 Temporary stabilized construction entrance shall be constructed in accordance with the 5 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. 6 All quarry spall material used for stabilized construction entrance shall be free of 7 extraneous materials that may cause or contribute to track out. 8 i9 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 10 The first paragraph is revised to read: 11 ,12 Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a 13 minimum of 1 foot in height and shall be maintained at this height for the entire time they 14 are in use. Rock material used for filter berms shall meet the grading requirements in 15 Section 9-03.9(2), but shall not include any recycled materials as outlined in Section 9- 16 03.21. 17 '18 8-01.3(9)C Straw Bale Barrier 19 This section including title is revised to read: 20 21 8-01.3(9)C Vacant 22 23 8-01.3(11) Vacant 24 This section including title is revised to read: 25 26 8-01.3(11) Outlet Protection 27 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other ' 28 conveyances. All quarry spall material used for outlet protection shall be free of 29 extraneous material and meet the gradation requirements in Section 9-13.6. 30 ,31 8-01.3(13) Temporary Curb 32 This section is revised to read: 33 ,34 Temporary curbs shall divert or redirect water around erodible soils. 35 36 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing 37 onto erodible slopes. Water shall be directed to areas where erosion can be controlled. ' 38 The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in 39 roadways. 40 41 8-01.4 Measurement 42 The third paragraph is revised to read: 43 44 Check dams will be measured per linear foot one time only along the completed check 45 dam. No additional measurement will be made for check dams that are required to be 46 rehabilitated or replaced due to wear. 47 48 The ninth paragraph is deleted. 49 ,50 The twelfth paragraph (after the preceding amendment is applied) is revised to read: 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK j Revised:5/8/2013 Page 25 1 2 8-02.5 Payment 3 The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read: 4 ' 5 The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or 6 "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the 7 existing soil. 8 9 8-03.AP8 10 { TC " Section 8-03, Irrigation Systems".}Section 8-03, Irrigation Systems 1 11 April 2, 2012 12 8-03.3(7) Flushing and Testing 13 The fifth paragraph is deleted. 14 15 8-04.AP8 16 { TC " Section 8-04, Curbs, Gutters, and Spillways" )Section 8-04, Curbs, 17 Gutters, and Spillways 18 April 2, 2012 19 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 20 This section is supplemented with the following new sub-section: 21 ' 22 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter 23 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb 24 shall be shaped and finished to match the shape of the adjoining curb as shown in the ' 25 Plans. All other requirements for cement concrete curb and cement concrete curb and 26 gutter shall apply to roundabout cement concrete curb and gutter. 27 28 8-04.4 Measurement 29 This section is supplemented with the following: 30 31 Roundabout splitter island nosing curb will be measured each. t 32 33 8-04.5 Payment 34 The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. ' 35 36 This section is supplemented with the following: 1 37 38 "Roundabout Cement Concrete Curb and Gutter", per linear foot 39 40 The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and 41 Gutter" shall be full payment for all costs for the Work including transitioning the 42 roundabout cement concrete curb and gutter to the adjoining curb shape. 43 44 "Roundabout Splitter Island Nosing Curb", per each. 45 46 The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be 47 full payment for all costs for the Work including transitioning the roundabout splitter 48 island nosing curb to the adjoining curb shape. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 27 1 1 concrete bases, rebar, steel tubes, and any other appurtenances in the anchor 2 assembly. , 3 4 8-11.4 Measurement 5 The seventh paragraph is revised to read: , 6 7 Measurement of removal of guardrail will be by the linear foot measured along the line. 8 of guardrail removed including transition sections, expansion sections, guardrail anchor ' 9 rail elements and terminal sections. 10 11 8-11.5 Payment 12 The paragraph following the bid item "Removing Guardrail Anchor", per each is revised to 13 read: 14 15 The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment 16 for all costs to perform the Work as described in Section 8-11.3(1)D, including rail 17 removal, if there isn't a Bid Item for Removing Guardrail in the run of guardrail 18 connecting to the anchor. , 19 20 8-12.AP8 21 ( TC " Section 8-12, Chain Link Fence and Wire Fence" )Section 8-12, Chain 22 Link Fence and Wire Fence 23 April 2, 2012 24 In this Section "Engineer" is revised to read "Project Engineer". 25 26 8-12.2 Materials 27 This section is supplemented with the following: 28 29 Paint 9-08.1(2)B 30 31 8-12.3(1)A Posts 32 The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted 33 from this section. 34 35 The first sentence of the fifth paragraph is revised to read: 36 37 After the post is set and plumbed, the hole shall be filled with Grout Type 4. 38 39 The third sentence in the sixth paragraph is replaced with the following two sentences: 40 41 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be 42 filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to 43 leave no voids. 44 45 The seventh paragraph is deleted. 46 47 The ninth paragraph is revised to read: 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 29 1 ' 2 The fourth sentence in the sixth paragraph is replaced with the following two sentences: 3 4 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be 5 filled with Grout Type 4. The grout shall be thoroughly worked into the.hole so as to 6 leave no voids. 7 ' 8 The tenth paragraph is revised to read: 9 10 Where the new fence joins an existing fence, the 2 shall be attached in a manner 11 satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. 12 13 The eleventh paragraph is deleted. 14 15 8-12.5 Payment 16 The paragraph following the item "Chain Link Fence Type fl, per linear foot is revised to 17 read: 18 19 The unit Contract price per linear foot for "Chain Link Fence Type " shall be full 20 payment for all costs for the specified Work including brace post installation and all 21 other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate 22 Bid Item in this Section. 23 ' 24 The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for 25 Chain Link Fence", per each: 26 27 The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link 28 Fence" shall be full payment for all costs for the specified Work. 29 30 The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each: 1 31 32 The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. 33 Chain Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs 34 for the specified Work. 35 36 The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 37 38 The unit Contract price per each for"Wire Fence Type " shall be full payment for all 39 costs for the specified Work including payment for clearing of the fence line. 40 41 The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: 42 43 The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire 44 Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. 45 46 The paragraph following the item "Access Control Gate", per each is revised to read: 47 48 The unit contract price per each for "Access Control Gate" shall be full payment for all 49 costs to perform the specified Work. 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 31 1 be done prior to pulling wire or fiber optic cable and after final assembly is in place. 2 Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans. 1 3 4 As soon as the sizing mandrel has been pulled through innerduct, a 200-lb minimum 5 tensile strength pull string shall be installed and attached to duct plugs at both ends. ' 6 When conduit is installed for future use, as soon as the bushing or end bell has been 7 installed and the sizing mandrel has been pulled through, the ground wire shall be 8 installed and both ends shall.be capped. 9 10 8-20.3(5)A1 Fiber Optic Conduit 11 Where conduit to contain fiber optic cable or conduit identified to contain future fiber 12 Optic cable is installed by open trenching, Detectable Underground Warning Tape 13 shall be placed 12-Inches above the conduit unless otherwise detailed In the Plans. 14 Detectable Underground Warning Tape shall extend 2-feet into boxes or vaults. 15 Splicing of the tape shall be in accordance with tape manufacturer's recommended 16 materials and procedures. 17 Location Wire shall be installed with all nonmetallic conduit that contains fiber optic 18 cable and all conduits identified to contain future fiber optic cable. When open 19 trenching is used, the location wire shall-be placed in continuous lengths directly 20 above the conduit. Where conduit is installed by other methods, the Location Wire 21 shall be attached to the outside of the conduit with electrical tape placed at 22 minimum 18-inch intervals. Location Wire shall extend 12-feet into boxes or vaults. 23 Splices shall be crimped using a non-insulated butt splice, soldered and covered 24 with moisture-blocking heat shrink. 25 26 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit 27 ITS conduit and both ends of conduit runs entering cabinets, with the exception of 28 the '/ inch grounding conduit, shall be sealed with self expanding water proof foam 29 or mechanical plugs; unless otherwise required. At other locations conduit shall be 30 sealed with Duct Seal. 31 32 Outer-duct conduit with non factory assembled innerduct shall be sealed around 33 the innerduct with self-expanding waterproof foam. Outer-duct conduit with factory 34 assembled innerduct shall be sealed around the innerduct with a multiplex 35 expansion plug. Innerduct containing one cable shall be plugged using an 36 expandable split plug. Innerduct with multiple cables shall be sealed with self- 37 expanding waterproof foam. Duct plugs shall be installed in all unused inner-ducts 38 (those that are specified as empty) at the time of conduit installation. Duct plugs 39 shall be installed in all used inner-ducts (as specified in the Plans), at the time of 40 conduit installation, unless cable pulling for those inner-ducts will commence within 41 48-hours. Installation shall conform to the manufacturer's recommendations. , 42 43 Foam sealant shall be installed with the following additional requirements: 44 45 1. Penetration of the sealant into the conduit or duct shall be limited using a 46 high temperature backer rod material.or rag. 47 2. Penetration of the sealant into the conduit shall be limited to 1-inch. 48 3. The foam sealant shall not project outside the end of the conduit or duct. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK 1 Revised:5/8/2013 Page 33 1 8-20.3(5)61 Rigid Metal Conduit ' 2 Slip joints or running threads will not be permitted for coupling metallic conduit; 3 however, running threads will be permitted in traffic signal head spiders and rigid 4 metal conduit (RMC) outer-duct. When installing rigid metal conduit (RMC), if a 5 standard coupling cannot be used, an approved three-piece coupling shall be used. 6 Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be 7 cleaned first and then painted with one coat of paint conforming to Section 9- 8 08.1(2)B. The paint shall have a minimum wet film thickness of 3-mils. The painted 9 coating shall cover the entire coupling or fitting. The threads on all metal conduit 10 shall be rust-free, clean, and painted with colloidal copper suspended In a 11 petroleum vehicle before couplings are made. All metallic couplings shall be 12 tightened so that a good electrical connection will be made throughout the entire 13 length of the conduit run. If the conduit has been moved after assembly, it shall be 14 given a final tightening from the ends prior to backfilling. 15 16 Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. 17 Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2-inches 18 beyond the inside wall face. (for the installation of grounded end bushing and 19 bonding.) 20 Rigid metal conduit (RMC) entering concrete shall be wrapped in 2-inch-wide pipe I 21 wrap tape with a minimum 1-inch overlap for 12-inches on each side of the 22 concrete face. Pipe wrap tape shall be installed in accordance with the 23 manufacturer's recommendations. 24 25 Rigid metal conduit (RMC) bends shall have a radius consistent with the 26 requirements of Code Article 344.24 and other articles of the Code. Where factory 27 bends are not used, conduit shall be bent, using an approved conduit bending tool 28 employing correctly sized dies, without crimping or flattening, using the longest 29 radius practicable. 30 1 31 Where the coating on galvanized conduit has been damaged in handling or 32 installing, such damaged areas shall be thoroughly painted with paint conforming to 33 Section 9-08.1(2)B. 34 35 Metal conduit ends shall be threaded and protected with a snug fitting plastic cap 36 that covers the threads until wiring is started. 37 38 8-20.3(5)62 Non-Metallic Conduit 39 Where non-metallic conduit is installed, care shall be used in excavating, installing, 40 and backfilling, so that no rocks, wood, or other foreign material will be left in a 41 position to cause possible damage. 42 43 PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE 44 conduit entering cable vaults and pull boxes shall terminate with the end bell flush 45 with the inside walls of the Structure. 46 47 Non-metallic conduit bends, where allowed, shall conform to Article 352.24 of the 48 Code. Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal 49 diameter or less. Standard sweep elbows shall be used for PVC conduit with ' 50 greater than 2-inch nominal diameter unless otherwise specified in the Plans. In 51 nonmetallic conduit less than 2-inch nominal diameter, pull ropes or flat tapes for AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 35 1 1. 24-inches below the bottom of curb in the sidewalk area. 2 , 3 2. 24-inches below the top of the roadway base. .4 5 3. 48-inches below the bottom of ties under railroad tracks unless otherwise 6 specified by the railroad company. 7 8 4. 36-inches below finish grade when installed using conduit plowing method. 9 10 5. 24-inches below the finish grade in all other areas. 11 12 Conduit entering through the bottom of a junction box shall be located near the end 13 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 14 the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3- 15 inches of the box wall nearest its entry location. 16 17 Conduit runs shown in the Plans are for Bidding purposes only and may be relocated 18 with approval of the Engineer, to avoid obstructions. 19 20 8-20.3(5)D1 Surface Mounting 21 Where surface mounting of conduit is required, supports shall consist of channel with , 22 clamps sized for the conduit. Support spacing shall comply with the Code, with the 23 exception that spacing of channel supports for conduit shall not exceed 5-feet. 24 The minimum distance between adjacent clamps and between the clamp and the end of 25 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to 26 prevent clamps from sliding out of the ends. 27 '28 8-20.3(5)D2 Structures 29 All conduits attached to or routed within bridges, retaining walls, and other structures 30 shall be equipped with approved expansion, deflection, and/or combination ' 31 expansion/deflection fittings at all expansion joints and at all other joints where structure 32 movement is anticipated, including locations where the Contractor, due to construction 33 method, installs expansion and/or construction joints with movement. All conduit fittings 34 shall have movement capacity appropriate for the anticipated movement of the Structure 35 at the joint. Approved deflection fittings shall also be installed at the joint between the 36 bridge end and the retaining wall end, and the transition from bridge, wall, or other 37 structure to the underground section of conduit pipe. 38 39 8-20.3(5)E Method of Conduit Installation 40 Conduit shall be placed under existing pavement by approved directional boring, 41 jacking, or drilling methods at locations approved by the Engineer. The pavement shall 42 not be disturbed unless allowed in the Plans or with the approval of the Engineer in the 43 event obstructions or impenetrable soils are encountered. High density polyethylene 44 (HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using 45 the directional boring method. 46 47 8-20.3(5)E1 Open Trenching 48 When open trenching is allowed, trench construction shall conform to the following: 49 AMENDMENTS TO.THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 37 1 requirements. Connection between the sections shall be accomplished ' 2 using an approved fusion splicing method, which is compatible with the 3 conduit manufacturer's recommendations. 4 5 4. Where none of the above remedies are successful, all conduit installed so 6 far in that run shall be removed and a new plow path established to avoid 7 the obstruction. 8 9 In the event of a breakage, all conduit installed in that run shall be removed. 10 11 The conduit run shall be extended to the associated outlets, subject to the same 12 requirements indicated when HDPE is installed using the directional boring method. 13 14 The depth of installation shall be continually adjusted as necessary to compensate 1 15 for changes in terrain. 16 17 Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 18 36-inches below the finish grade with the exception that the conduit shall be swept 19 up to enter the knock outs of associated pull boxes or cable vaults. 20 21 The plow placing the conduit shall be marked at a proper distance above the plow's 22 conduit exit point to indicate when the minimum installation depth is not met. The 23 mark shall be visible from a safe distance from the plowing operation when it is ' 24 exposed above ground. While plowing this mark must remain below ground level 25 at all times, with the exception of the entry and exit points at the end of the run, in 26 order to ensure that minimum burial depth of the conduit is achieved. ' 27 28 If the depth mark on the plow comes above ground, the Contractor shall stop the 29 plowing operation and attempt to correct the placement depth. If the conduit depth 30 can be verified to meet the minimum burial requirements at the location where the t 31 depth mark came above ground, the plowing operation shall resume subject to the 32 Engineers approval. 33 34 The compacted surface shall be firm, non-yielding, and result in a finished surface 35 that matches the lines and grades of the terrain prior to plowing. 36 37 8-2O.3(5)E3 Boring 38 Bore pits shall be backfilled and compacted in accordance with Section 2-O9.3(1)E. 39 Directional boring, jacking or drilling pits shall be a minimum of 2-feet from the edge 40 of.any type of pavement, unless otherwise approved by the engineer. Excessive 41 use of water that might undermine the pavement or soften the Subgrade will not be 42 permitted. 1 43 44 When approved by the Engineer, small test holes may be cut in the pavement to 45 locate obstructions. When the Contractor encounters obstructions or is unable to 46 install conduit because of soil conditions, as determined by the Engineer, additional 47 Work to place the conduit will be paid in accordance with Section 1-04.4. 48 49 8-20.3(5)E4 Directional Boring ' 50 Directional boring for electrical installations shall be supervised by a licensed 51 electrical contractor in accordance with Section 8-20.1(1). Where directional boring AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 39 1 8-21.AP8 2 { TC " Section 8-21, Permanent Signing" }Section 8-21, Permanent Signing ' 3 January 7, 2013 4 8-21.2 Materials 5 The third sentence is revised to read: 6 7 Materials for sign mounting shall conform to Section 9-28.11. 8 9 8-21.3(9)A Fabrication of Steel Structures 10 The first sentence in the first paragraph is revised to read: 11 12 Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. 13 14 This section is supplemented with the following: , 15 16 All fabrication, including repairs, adjustments or modifications of previously fabricated 17 sign structure members and connection elements, shall be performed in the shop, under ' 18 an Engineer approved shop drawing prepared and submitted by the Contractor for the 19 original fabrication or the specific repair, adjustment or modification. Sign structure 20 fabrication repair, adjustment or modification of any kind in the field is not permitted. If 21 fabrication repair, adjustment or modification occurs after a sign structure member or 22 connection element has been galvanized, the entire member or element shall be re- 23 galvanized in accordance with AASHTO M 111. , 24 25 8-21.3(9)B Vacant 26 This section including title is revised to read: , 27 28 8-21.3(9)B Erection of Steel Structures 29 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F. 30 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to 31 completion of the shaft cap portion of one foundation for one post provided the following 32 conditions are satisfied: 33 t 34 1. The Contractor shall submit design calculations and working drawings of the 35 temporary supports and falsework supporting the sign bridge near the location 36 of the incomplete foundation to the Engineer for approval in accordance with 37 Section 6-01.9. The submittal shall include the method of releasing and 38 removing the temporary supports and falsework without inducing loads and 39 stress into the sign bridge. , 40 41 2. The Contractor shall submit the method used to secure the anchor bolt array in 42 proper position with the sign bridge while casting the shaft cap concrete to 43 complete the foundation. 44 45 3. The -Contractor shall erect the sign bridge and temporary supports and ' 46 falsework, complete the remaining portion of the incomplete foundation, and 47 remove the temporary supports and falsework, in accordance with the working 48 drawing submittals as approved by the Engineer. ' 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK I Revised:5/8/2013 Page 41 1 with each other and the design geometry shown in the Plans, or have been modified in 2 accordance with this Section and as approved by the Engineer to be compatible with 3 each other, and the foundations have attained a compressive strength.of 2,400-psi. 4 5 Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is 6 revised to read:. 7 ' 8 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the 9 shaft cap (the portion containing the anchor bolt array assemblies above the 10 construction joint at the top of the shaft) shall be Class 4000. 11 12 Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is 13 revised to read: 14 15 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 16 17 8-21.5 Payment 18 This section is supplemented with the following: 19 20 All costs in connection with surveying completed concrete foundations for sign bridges 21 and cantilever sign structures shall be included in the lump sum contract price for 22 "Structure Surveying", except that when no Bid item is included in the Proposal for 23 "Structure Surveying" then such costs shall be included in the lump sum contract 24 price(s)for"Sign Bridge No. _" and "Cantilever Sign Structure No. 25 26 ' 27 8-22.AP8 28 { TC " Section 8-22, Pavement Marking" }Section 8-22, Pavement Marking 29 January 7, 2013 30 8-22.3(3)D Line Applications 31 The last paragraph is supplemented with the following: 32 r33 Grooved line pavement marking shall not be constructed on bridge decks or on bridge 34 approach slabs. 35 ' 36 8-22.3(6) Removal of Pavement Markings 37 The following two new sentences are inserted after the first sentence: 38 1 39 Grinding to remove painted markings is not allowed. Grinding to remove plastic marking 40 is allowed to a depth just above the pavement surface, then water blasting or shot 41 blasting shall be required to remove the remaining markings. I 42 43 8-22.4 Measurement 44 The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth 45 paragraph. 46 47 The sixth paragraph is revised to read: 48 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 43 1 8-29.AP8 2 { TC " Section 8-29, Wire Mesh Slope Protection" }Section 8-29, Wire Mesh 1 3 Slope Protection 4 January 7, 2013 5 This section is deleted in its entirety and replaced with the following: 6 7 8-29 Wire Mesh Slope Protection , 8 8-29.1 Description 9 This Work consists of furnishing and installing the anchors and the wire mesh slope 10 protection in accordance with these Specifications and the details shown in the Plans and in 11 conformity with the lines and dimensions shown in the Plans or established by the Engineer. 12 13 8-29.2 Materials 14 Materials shall meet the requirements of Section 9-16.4. 15 16 8-29.3 Construction Requirements , 17 8-29.3(1) .Submittals 18 The Contractor shall submit a wire mesh slope protection plan to the Project Engineer a 19 minimum of seven calendar days prior to beginning the work. The wire mesh slope 20 protection plan shall include the following: 21 22 1. Plan sheets for anchor layout and installation, and the equipment and process 23 used to confirm the capacity of the constructed anchors including the 24 calibration data for the stressing devices used to proof test the 'anchors, as 25 completed by an independent testing laboratory within 60 calendar days of the , 26 wire mesh slope work. 27 28 2. Working drawings for the temporary yoke or load frame to be used for anchor , 29 proof testing in accordance with Section 6-01.9. 30 31 3. Plans and details for assembling wire mesh and erecting the assembled mesh 32 on the slope. 33 34 All costs for the Work required for. Submittals shall be included in the unit Bid price 35 detailed in Section 8-29.5. , 36 37 8-29.3(2) Anchors 38 The Contractor shall install anchors of the type shown in the Plans and in conformance 39 with the layout shown in the Wire- Mesh Protection Plan as described in Section 8- 40 29.3(1). The spacing and number of the anchors and wire ropes as shown in the Plans 41 are approximate only, and upon review of the wire mesh slope protection plan, the 42 Engineer may arrange the spacing to better hold the wire mesh against the slope. 43 Backfill material shall be thoroughly compacted with a mechanical compactor. 44 '45 The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the 46 minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall 47 be performed against a temporary yoke or load frame. No part of the temporary yoke or 48 load frame shall bear within three feet of the anchor being tested. For vertical pullout , 49 proof testing, an anchor is acceptable if it sustains the specified capacity for 10 minutes AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 45 1 Anti-stripping additive shall be a product listed in the current WSDOT Qualified Products 2 List (QPL). 3 4 9-03.AP9 5 (TC " Section 9-03, Aggregates" )Section 9-03, Aggregates 6 April 1, 2013 7 9-03.1(1) General Requirements 8 The eighth paragraph is deleted. 9 10 9-03.8(4) Blending Sand 11 This sections including title is revised to read: 12 13 Vacant 14 15 9-03.13 Backfill for Sand Drains 16 This section is supplemented with the following: ' 17 18 That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 19 percent by weight of wood waste. ' 20 21 9-03.13(1) Sand Drainage Blanket 22 The last paragraph is revised to read: ' 23 24 That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 25 percent by weight of wood waste. 26 27 9-03.14(1) Gravel Borrow 28 Note ' is deleted, including the reference in the table. 29 30 9-03.14(2) Select Borrow 31 Note ' is deleted. ' 32 33 Note 2 is re-numbered.Note ', including the reference in the table. 34 35 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 36 This section including title is revised to read: 37 38 Gravel Borrow for Structural Earth Wall 39 All backfill material within the reinforced zone for structural earth walls shall consist of 40 granular material, either naturally occurring or processed, and shall be free draining, 41 free from organic or otherwise deleterious material. The material shall be substantially 42 free of shale or other soft, poor durability particles, and shall not contain recycled 43 materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic 44 concrete rubble. The backfill material,shall meet the following requirements.for grading 45 and quality: 46 Geosynthetic Metallic Reinforcement Reinforcement . Sieve Size Percent Passing Percent Passing AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 47 r 1 ,2 In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning 3 with the item "Ballast" and continuing down until the last item in the table. 4 5 9-04.AP9 6 (tc " Section 9-04, Joint And Crack Sealing Materials ")Section 9-04, Joint And 7 Crack Sealing Materials 8 January 7, 2013 , 9 9-04.2 Joint Sealants 10 This section is supplemented with the following new sub-sections: 11 12 9-04.2(3) Polyurethane Sealant 13 Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 14 15 Polyurethane sealant shall be compatible with the closed cell foam backer rod. When 16 required, compatibility characteristics of sealants in contact with backer rods shall be , 17 determined by Test Method ASTM C 1087. 18 19 9-04.2(3)A Closed Cell Foam Backer Rod 20 Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 21 1330 Type C. 22 23 9-04.10 Crack Sealing — Rubberized Asphalt , 24 This section is deleted. 25 26 9-04.11 Butyl Rubber and Nitrile Rubber 27 This sections number is revised to read: 28 29 9-04.10 30 31 9-05.AP9 32 ( TC " Section 9-05, Drainage Structures, Culverts, and Conduits" )Section 9- 33 05, Drainage Structures, Culverts, and Conduits 34 January 7, 2013 35 9-05.0 Acceptance by Manufacturer's Certification 36 This section including title is revised to read: 37 38 9-05.0 Acceptance and Approval of Drainage Structures, and Culverts 39 The Drainage Structure or Culvert may be selected from the Qualified Products List, or 40 submitted using a Request for Approval of Materials (RAM) in accordance with Section 41 1-06. 42 43 Certain drainage materials may be accepted by the Engineer based on a modified 44 acceptance criteria when materials are selected from the Qualified Products List (QPL). 45 The modified acceptance criteria are defined in the QPL for each material. 46 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 49 i 1 Polyethylene)Thermoplastic Pipe and be listed on the NTPEP audit website displaying ' 2 they are NTPEP compliant. 3 4 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings ' 5 The word "producer" is revised to read "manufacturer'. . 6 7 The first paragraph is revised to read: ' 8 9 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the 10 requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for ' 11 corrugated polyethylene storm sewer pipe shall be the diameter for which a 12 manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory 13 welded*. 14 ' 15 This section is supplemented with the following: 16 17 Corrugated polyethylene culvert pipe manufacturers shall participate in the National 18 Transportation Product Evaluation Program (NTPEP) work plan for.HDPE (High Density 19 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying 20 they are NTPEP compliant. ' 21 22 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and 23 Polypropylene Sanitary Sewer Pipe ' 24 This sections content is deleted and replaced with the following: 25 26 All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling 27 and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 28 477. All gaskets shall be factory installed on the pipe in accordance with the producer's 29 recommendations. ' 30 31 Qualification for each producer of polypropylene storm sewer pipe requires joint system 32 conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 33 and a formal quality control plan for each plant proposed for consideration. 34 35 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 36 materials delivered to the project. The certificate shall clearly identify production lots for ' 37 all materials represented. The Contracting Agency may conduct verification tests of pipe 38 stiffness or other properties it deems appropriate. 39 ' 40 This section is supplemented with the following new sub-sections: 41 42 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 43 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 44 45 1. For dual wall pipe sizes up to 30 inches:ASTM F2736. . 46 ' 47 2. For triple wall pipe sizes from 30 to 60 inches:ASTM F2764. 48 49 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or ' 50 Type D. 51 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 51 1 9-13.AP9 2 ( TC " Section 9-13, Riprap, Quarry Spalls, Slope Protection, & Rock for , 3 Erosion and Scour Protection and Rock Walls" )Section 9-13, Riprap, Quarry 4 Spalls, Slope Protection, & Rock for Erosion and Scour Protection and Rock 5 Walls ' 6 April 1, 2013 7 9-13.5(1) Semi-Open Concrete Masonry Units Slope Protection ' 8 In this section, "ASTM C 90" is revised to read "ASTM C 1319". 9 10 9-14.AP9 11 ( TC " Section 9-14, Erosion Control and Roadside Planting" )Section 9-14, 12 Erosion Control and Roadside Planting 13 January 7, 2013 14 9-14.3 Fertilizer 15 The second sentence in the first paragraph is revised to read: , 16 17 It may be separate or in a mixture containing the percentage of total nitrogen, available 18 phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 19 20 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) 21 The first sentence in the third paragraph is revised to read: , 22 23 All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic 24 Tackifier as specified in Section 9-14.4(7). 25 ' 26 The third and fourth rows in Table 1 is revised to read: 27 Heavy Metals EPA 6020A Total Metals Antimony— <4 mg/kg ' Arsenic— <6 mg/kg Barium— <80 mg/kg Boron—< 160 mg/kg Cadmium— <2 mg/kg Total Chromium— <4 mg/kg Copper— < 10 mg/kg Lead— <5 mg/kg , Mercury— <2 mg/kg Nickel—<2 mg/kg Selenium— < 10 mg/kg , Strontium— <30 mg/kg Zinc— <30 mg/kg Water Holding ASTM D 7367 800 percent minimum Capacity 28 29 9-14.4(2)A Long Term Mulch 30 In the first paragraph, the phrase "within 2 hours of application" is deleted. ' 31 32 9-14.4(4) Wood Strand Mulch 33 The last sentence in the second paragraph is deleted. ' 34 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 53 VW" 40 60 1 2 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon 3 to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio ' 4 shall be calculated using the dry weight of "Organic Carbon" using 5 TMECC 04.01A divided by the dry weight of "Total N" using TMECC 6 04.02D. 7 8 2. The pH shalt be between 6.0 and 8.5 when tested in accordance with U.S. 9 Composting Council TMECC 04.11-A, 1:5 Slurry pH". ' 10 11 3. Manufactured inert material (plastic; concrete, ceramics, metal, etc.) shall be 12 less than 1 percent by weight as determined by U.S. Composting Council 13 TMECC 03.08-A"Classification of Inerts by Sieve Size". 14 15 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 16 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter ' 17 Method (1-01)". 18 19 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 20 accordance with . U.S. . Composting Council TMECC 04.10 "Electrical 21 Conductivity." 22 23 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 24 Council TMECC 05.05-A, "Germination and Root Elongation". 25 26 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S. 27 Composting Council TMECC 05.08-13 "Carbon Dioxide Evolution Rate". 28 29 8. The compost product shall originate from organic waste as defined in WAC 30 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or "Type 3 31 Feedstocks". The Contractor shall provide a list of feedstock sources by 32 percentage in the final compost product. 33 34 9. The Engineer may also evaluate compost for maturity using U.S. Composting 35 Council TMECC 05.08-E "Solvita@ Maturity Index". Fine compost shall score a 36 number 6 or above on the Solvita® Compost Maturity Test. Medium and 37 coarse compost shall score a 5 or above on the Solvita@ Compost Maturity 38 Test. 39 40 9-14.4(8)A Compost Approval 41 This section's title is revised to read: 42 - 43 9-14.4(8)A Compost Submittal Requirements 44 45 The first sentence in this section up until the colon is revised to read: ' 46 47 The Contractor shall submit the following information to the Engineer for approval: 48 ' 49 Item No. 2 in the first paragraph is revised to read: 50 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 55 Penetration , Tensile Strength ASTM D 6818 10.0 x 6.0 pounds/inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum , Elongation MD x XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services i 1 2 3 9-14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 4 3:1(H:V) 5 '6 Table 7 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements ' Protecting ASTM D 6459 C factor= 0.15 maximum for Slopes from cumulative R-Factor<231 ' Rainfall-Induced Soil tested shall be sandy Erosion loam as defined by the NRCS** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz./sq. yd. minimum Area ' Light ASTM D 6567 40% maximum Penetration ' Tensile Strength ASTM D 6818 6.5 x 2.3 pounds/inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum ' Elongation MD x XD* *MD is Machine Design and XD is Cross Direction , **Natural Resource Conservation Services 8 9 10 9-14.5(2)D Biodegradable Erosion Control Blanket for Ditches ' 11 12 Table 8 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:518/2013 Page 57 i . 1 9-14.5(4)6 Non-biodegradable Check Dams ' 2 Non-biodegradable check dams shall meet the following requirements: 3 4 1. Geotextile materials shall conform to section 9-33 for silt fence. 5 6 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall 7 be approved by the Engineer prior to installation. 8 9 9-14.6(1) Description 10 In item No. C in the fourth paragraph, "22-inch" is revised to read "2-inch". 11 12 9-15.AP9 13 ( TC " Section 9-15, Irrigation System" )Section 9-15, Irrigation System 14 April 1, 2013 15 9-15.1(2) Polyvinyl Chloride Pipe and Fittings ' 16 In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785". 17 18 9-16.AP9 19 { TC " Section 9-16, Fence and Guardrail" )Section 9-16, Fence and Guardrail 20 January 7, 2013 21 9-16.1(1)A Post Material for Chain Link Fence ' 22 The first paragraph is revised to read: 23 24 Except as noted otherwise, post material shall conform to the requirements of AASHTO 25 M 181, Type 1 (zinc-coated steel), Grade 1 or 2, and shall include all round and roll 26 formed material (line posts, brace posts, end posts, corner posts, and pull posts). 27 28 The last sentence in the fourth paragraph is deleted. 29 30 9-16.1(1)C Tension Wire and Tension Cable 31 This section including title is revised to read: 32 33 9-16.1(1)C Tension Wire 34 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 35 shall be Class 1. 36 ' 37 9-16.1(1)D Fittings and Hardware 38 The second sentence in the first paragraph is deleted. 39 40 The last paragraph is deleted.. 41 42 9-16.1(2) Approval 43 This section is deleted. 44 45 . 9-16.2(2) Approval 46 This section is deleted. 47 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 59 1 2 Hollow-core anchor bars shall have continuous threads/deformations and be fabricated ' 3 from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of 4 the guaranteed minimum tensile strength of the hollow core anchor bars. 5 6 Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after 7 fabrication in accordance with AASHTO M 11.1. Nuts shall conform to either AASHTO M 8 291 Grade B, hexagonal, or Section 9-07.11. Nuts shall be,galvanized after fabrication 9 in accordance with AASHTO M 111 for plate washers and AASHTO M 232 for all other 10 hardware. 11 ,12 Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming 13 to Section 9-20.3(2). 14 15 Concrete for soil anchor deadmen shall be either commercial concrete conforming to 8 16 Section 6-02.3(2)B or Class 3000 conforming to Section 6-02. 17 18 - Steel reinforcing bars for soil anchor deadmen shall conform to Section 9-07.2, and 19 shall be epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3. 20 21 9-16.6(3) Posts , 22 This section is revised to read: 23 24 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized ' 25 steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and 26 pull posts for Type 1 Design A and B and Type 2 shall be 2 '/ inch inside diameter 27 galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate ' 28 pull posts (braced line posts) shall be as specified for line posts. 29 30 The base material for the manufacture of steel pipes used for posts shall conform to the 31 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be ' 32 applied as provided below. 33 34 Posts provided for glare screen will have an acceptance tolerance on the weight per ' 35 linear foot, as specified, equal to. plus or minus 5 percent. This tolerance will apply to 36 each individual post. 37 '38 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The 39 minimum average zinc coating is per square foot of surface area. This area is defined 40 as the total area inside and outside. A sample for computing the average of mass of , 41 coating is defined as a 12-inch piece cut from each end of the galvanized member. 42 43 9-16.6(5) Cable 44 This section including title is revised to read: 45 46 9-16.6(5) Vacant ' 47 48 9-16.6(6) Cable and Tension Wire Attachments 49 This section including title is revised to read: , 50 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 61 II, 1 9-23.AP9 ' 2 { TC " Section 9-23, Concrete Curing Materials and Admixtures" }Section 9-23, 3 Concrete Curing Materials and Admixtures 4 April 2, 2012 5 9-23.2 Liquid Membrane-Forming Concrete Curing.Compounds 6 In the first paragraph, "moisture loss" is revised to read "water retention". 7 8 9-28.AP9 9 ( TC " Section 9-28, Signing Materials and Fabrication" )Section 9-28, Signing ' 10 Materials and Fabrication 11 April 1, 2013 ' 12 9-28.14(2) Steel Structures and Posts 13 "AASHTO M 291" is revised to read"ASTM A 563" and "AASHTO M 293" is revised to read 14 "ASTM F 436". 15 16 9-29.AP9 17 { TC " Section 9-29, Illumination, Signal, Electrical" }Section 9-29, Illumination, 18 Signal, Electrical 19 April 1, 2013 20 9-29.1(4) Non-Metallic Conduit t 21 This section is supplemented with the following new sub-section: 22 ' 23 9-29.1(4)D Deflection Fittings 24 Deflection Fittings for use with rigid PVC conduit shall be as described in 9-29.1(2)A 25 26 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ' 27 The section is supplemented with the following: 28 29 The Contractor shall perform quality control inspection. The Contracting Agency intends 30 to perform Quality Assurance Inspection. By its inspection, the Contracting Agency 31 intends only to verify the quality of that Work. This inspection shall not relieve the 32 Contractor of any responsibility for identifying and replacing defective material and 33 workmanship:. Prior to the start of production of the precast concrete units, the 34 Contractor shall advise the Engineer of the production schedule. The Contractor shall 35 give the Inspector safe and free access to the Work. If the Inspector observes any 36 nonspecification Work or unacceptable quality control practices, the Inspector will 37 advise the plant manager. If the corrective action is not acceptable to the Engineer, the 38 unit(s)will be rejected. 39 40 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 42 The third paragraph is deleted and replaced with the following new paragraphs: t43 The Contractor shall provide shop drawings for all components, including the concrete 44 box, and Lid and the shop drawings shall show placement'of reinforcing steel. The 45 shop drawing shall be prepared by (or under the direct supervision of) a Professional ' 46 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or 47 Structural, and each sheet shall cant'the following: DA SPECIFICATIONS AMENDMENTS TO THE 2012 STANDARD SPECI A IONS Revised:5/8/2013 Page 63 i r Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS ' Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Stainless Steel grade 302, 304, or 316 ' Washers steel in accordance with approved shop drawing Locking and Latching In accordance with approved shop Mechanism Hardware drawings and Bolts 1 ,2 3 9-29.2(1)B Heavy Duty Junction Boxes 4 The section is revised to read: ' 5 6 Heavy-Duty Junction Boxes shall be concrete and have a minimum vertical load rating 7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure ' 8 when tested in accordance with Section 9-29.2(1)C. 9 10 The Heavy-Duty Junction Box steel frame, lid support and lid shall be painted with 11 a❑shop applied, inorganic zinc primer in accordance with Section 6-07.3. , 12 13 Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 14 ' Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, ' Lid grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft-lb at 40 degrees F. , Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade , CS or SS Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, ASTM F 593 or A 193, Type 304 or 316, or , Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts 15 16 r 17 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 18 contact, around the perimeter, between the bearing seat and lid stiffener plates, after ' 19 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from 20 burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:5/8/2013 Page 65 r 1 1. Product identification. ' 2 3 2. Date of testing. 4 5 3. Description of testing apparatus and procedure. 6 7 4, All load deflection data. 8 9 5. Weight of box and cover tested. 10 11 The first paragraph following the title "Testing for the Standard Duty Non-Concrete 12 Junction Boxes" is revised to read: 13 14 Non-concrete Junction Boxes shall be tested as defined in the ANSUSCTE 77-2007 Tier 15 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall 16 provide a Manufacture Certificate of Compliance for each non-concrete junction box 17 installed. 18 19 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 20 This section is revised to read: 21 22 Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes shall be constructed as a 23 concrete box and as a concrete lid. The lid for the Heavy-Duty and Standard Duty Cable ' 24 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 25 shown in the Standard Plans. 26 ' 27 The Contractor shall provide shop drawings for all components, including concrete box, 28 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings 29 shall show placement of reinforcing steel, knock outs, and any other appurtenances. 30 The shop drawing shall be prepared by or under the direct supervision of a Professional ' 31 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or 32 Structural, and each sheet shall carry the following: ' 33 34 1. Professional Engineer's original signature, date of signature, original seal, 35 registration number, and date of expiration. 36 37 2. The initials and dates of all participating design professionals 38 39 3. Clear notation of all revisions including identification of who authorized the 40 revision, who made the revision, and the date of the revision. 41 42 4. Design calculations shall carry on the cover page, the Professional Engineer's 43 original signature, date of signature, original seal, registration number, and 44 date of expiration. 45 ' 46 For each type of box or whenever there is a change to the Cable Vault or Pull box 47 design, a proof test, as defined in this Specification, shall be performed and new shop 48 drawings submitted. 49 50 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 51 This section is revised to read. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 67 1 46,000 pounds without permanent deformation and 60,000 pounds without failure when 2 tested in accordance with Section 9-29.2(1)C for Heavy-Duty Junction Boxes. , 3 4 Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 5 Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) ' Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Nuts, Washers Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 6 7 9-29.6(2) Slip Base Hardware ' 8 "AASHTO M 291" is revised to read "ASTM A 563", "AASHTO M 164" is revised to read 9 "ASTM A 325", and "AASHTO M 293" is revised to read "ASTM F 436. 10 11 9-29.6(5) Foundation Hardware 12 AASHTO M 291 Is revised to read ASTM A 563". 13 14 9-29.10 Luminaires 15 The third paragraph is revised to read: 16 17 All luminaires shall be provided with markers for positive identification of light source ' 18 type and wattage. Markers shall be 3 inches square with Gothic bold, black 2-inch 19 legend on colored background. Background color shall be gold for high-pressure 20 sodium and red for metal halide, and white for induction light sources. Legends shall be ' 21 sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 22 23 9-29.10(2) Decorative Luminaries 24 The second sentence in the third paragraph is deleted: 25 26 9-29.13 Traffic Signal .Controllers 27 This section and all sub-sections including title is revised to read: 28 29 9-29.13 Control Cabinet Assemblies , 30 Control cabinet assemblies shall include all necessary equipment and auxiliary 31 equipment for controlling the operation of traffic signals, programmable message signs, 32 illumination systems, ramp meters, data stations, CCTV, and similar systems as 33 required for the specific application. Traffic Signal Controller Cabinet Assemblies shall ' 34 meet the requirements of the NEMA TS1 and TS2 specification or the California 35 Department of Transportation "Transportation Electrical Equipment Specifications" 36 (TEES) dated March 12, 2009 as defined in this specification. , AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:5/8/2013 Page 69 I Verify that all Contract. required documents are present, proper ' 2 documentation is provided, and all equipment required by the 3 Contract is installed. 4 ' 5 3. The assembly shall be done at the designated WSDOT facility in the 6 presence of WSDOT personnel. 7 8 4. The supplier shall demonstrate that all of the functions required by 9 this. Specification and the Contract Plans and Special Provisions 10 perform as intended. Demonstration shall include but not be limited to 11 energizing the cabinet and verifying that:all 8 phases, 4 pedestrian 12 movements, 4 overlaps (as required by the Contract Provisions) 13 operate in accordance with Section 9-29.13. The supplier shall place ' 14 the controller in minimum recall with interval timing set at convenient 15 value for testing purposes. Upon a satisfactory demonstration the 16 controller assembly will then be accepted by WSDOT for testing. 17 18 5. If the assembly and acceptance for testing is not complete within 5 19 working days of delivery, the Project Engineer may authorize the 20 return of the assembly to the supplier, with collect freight charges to 21 the supplier. 22 23 6. The Contractor will be notified when the testing is complete, and ' 24 where the assembly is to be picked-up for delivery to the project. 25 26 7. The supplier has 5 working days to repair or replace any components 27 that fail during the testing process at no cost to the Contracting 28 Agency. A failure shall be defined as a component that no longer 29 functions as intended under the conditions required or does not meet 30 the requirements of the Contract Specifications and is at the soul 31 discretion of WSDOT. 32 8. Any part or component of the controller assembly, including the 33 cabinet that is rejected shall not be submitted for use by WSDOT or ' 34 any City or County in the State of Washington. 35 36 9-29.13(3) Traffic Signal Controller ' 37 The traffic .signal controller shall conform to the Contract requirements and the 38 applicable Specifications as listed below: All solid-state electronic traffic-actuated 39 controllers and their supplemental devices shall employ digital timing methods. 40 41 A. NEMA control and all auxiliary equipment shall conform to current NEMA 42 TS1 or TS2 Specification. Every pin of every connecting plug shall be ' 43 utilized as described within the NEMA requirement, except that those pins 44 identified as "spare" or"future" shall remain unused. 45 ' 46 B. Type 170E controllers shall conform to the TEES. The 170E controller 47 shall be provided with a program card, one blank ROM chip, and two 64K 48 non-volatile memory chips. 49 50 C. Type 170E/HC-11 controllers shall conform to the current Oregon 51 Department of Transportation Specification for model 170E/HC-11 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 71 1 The traffic controller software shall support the following standards: 2 , 3 1. NTCIP 1101, Simple Transportation Management Framework (STMF), 4 Conformance Level 1 (Simple Network Management Protocol (SNMP)) 5 6 2. NTCIP 2001, Class 8 Profile. All serial ports on the device shall support 7 communications according to these standards. 8 9 3. NTCIP 2101, SP-PMPPARS232 Point-to-Multi-Point Protocol (PMPP) 10 11 4. NTCIP 2201, NTCIP TP-Null Transport Profile Null (TP-NULL) ' 12 13 The traffic controller software shall implement all mandatory objects of all 14 mandatory conformance groups as defined in NTCIP 1201, Global Object 15 Definitions, and NTCIP 1202, Object Definitions for Actuated Traffic Signal ' 16 Controller Units. Software shall implement the following conformance groups: 17 18 NTCIP 1202, Object Definitions for ASC. ' 19 Conformance Group Reference Configuration 1201 2.2 Time Management Time Base Event Schedule Report 2.5 Phase 1202 2.2 Rings 2.8 Detector 2.3 Unit 2.4 Preempt 2.7 Time Base 2.6 ' Coordination 2.5 Channel 2.9 Overlaps 2.10 , 20 21 The software shall implement the following optional objects: 22 23 Objects required by these specifications shall support all values within its 24 standardized range. The standardized range is defined by a size, range, or 25 enumerated listing indicated in the object's SYNTAX field and/or through ' 26 descriptive text in the object's description field. The following list indicates the 27 modified object requirements for these objects. 28 Object Object Minimum Name ID Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values , dBErrorType All values Time Management globslDaylightSavings Values 2 and 3 Timebase Events Schedule maxTimeBaseScheduleEntries 16 ' MaxDa Plans 15 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 73 1 values in excess of the minimum requirement are considered to meet the ' 2 specification. 3 4 Documentation ' 5 Software shall be supplied with all documentation on a CD. ASCII versions of the 6 following Management Information Base (MIB) files in Abstract Syntax Notation 1 7 (ASN.1) format shall be provided on CD-ROM: i9 1. The official MIB Module referenced by the device functionality. 10 11 2. A manufacturer-specific version of the official MIB Module with the non- 12 standardized range indicated in the SYNTAX field. The filename shall 13 match the official MIB Module, with the extension "spc". 14 ' 15 3. A MIB Module of all manufacturer-specific objects supported by the device 16 with accurate and meaningful DESCRIPTION fields and the supported 17 ranges indicated in the SYNTAX field. 18 19 9-29.13(5) Flashing Operations 20 All traffic signals shall be equipped for flashing operation of signal displays. ' 21 Controllers and cabinets shall be programmed for flashing red displays for all 22 approaches. During flashing operation, all pedestrian circuits shall be de-energized. 23 ' 24 Actuated traffic signal control mechanisms shall be capable of entry into flash 25 operation and return to stop-and -go operation as follows: 26 27 1. Terminal Strip Input (Remote Flash). When called as a function of a ' 28 terminal strip input, the controller shall provide both sequenced entry into 29 flash and sequenced return to normal operation consistent with the 30 requirements of the latest edition of the Manual on Uniform Traffic Control t31 Devices. 32 33 2. Police Panel Switch. When the flash-automatic switch located behind the 34 police panel door is turned to the flash position, the signals shall 35 immediately revert to flash; and, the controller shall have a stop time input 36 applied. When the switch is placed on automatic, the controller shall ' 37 immediately time an 6 second all red period then resume stop-and-go 38 operations at the beginning of major street green. 39 ' 40 3. Controller Cabinet Switches. When the flash-automatic switch located 41 inside the controller cabinet is placed in the flash position, the signals shall 42 immediately revert to flash; however, the controller shall not have a stop ' 43 time input applied. When the flash-automatic switch is placed in the 44 automatic position, the controller shall immediately time a 6 second all red 45 period, then resume stop-and-go operation at the beginning of the mayor 46 green. 47 48 4. Power Interruption. On "NEMA" controllers any power interruption longer 49 than 475 plus or minus 25 milliseconds, signals shall re-energize ' 50 consistent with No. 2 above to ensure an 6-second flash period prior to 51 the start of major street green. A power interruption of less than 475 plus AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 75 1 3. One generator indicator light , 2 3 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One 4 circuit breaker shall be labeled "Generator" and the other circuit breaker 5 shall be labeled "Utility". Both labels shall be engraved phenolic name ' 6 plates. 7 8 5. A mechanical lock out feature that prevents the Utility circuit breaker and 9 the Generator circuit breaker from being in the ON position at the same 10 time. The circuit breakers shall be capable of being independently 11 switched. ' 12 13 6. The conductors from the Generator Transfer Switch enclosure to the 14 cabinet circuit breaker shall be enclosed in nylon mesh sleeve. 15 , 16 7. The enclosure door shall be labeled with the letters "GTSn. 17 18 9-29.13(9) Vacant , 19 20 9-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 21 22 9-29.13(10)A Auxiliary Equipment for NEMA Controllers 23 The following auxiliary equipment shall be furnished and installed in each 24 cabinet for NEMA traffic-actuated controllers: , 25 26 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will 27 cut in the flasher and isolate the controller from light circuits. See ' 28 Section 9-29.13(5)for operational requirements. 29 30 2. Modular solid state relay load switches of sufficient number to provide 31 for each vehicle phase (including future phases if shown in the plans), 32 each pedestrian phase and preemption sequence indicated in the 33 Contract. Type P & R cabinets shall include a fully wired 16-position 34' back panel. Solid-state load switches shall conform to NEMA 35 standards except only optically isolated load switches will be allowed. 36 Load switches shall include indicator lights on the input and output 37 circuits. The controller cabinet shall have all cabinet wiring installed ' 38 for eight vehicle phases, four pedestrian phases, four emergency pre- 39 empts, four overlaps (OLA, B, C, D). 40 ,41 3. A power panel with: 42 43 a. A control-display breaker sized to provide 125 percent overload ' 44 protection for all control equipment and signal displays, 20 45 ampere minimum. 46 47 b. A 15 ampere accessory breaker wired parallel to the control , 48 display breaker. The breaker will carry accessory loads, including 49 vent fan, cabinet light, plug receptacle, etc. 50 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised:5/8/2013 Page 77 1 4. A police panel located behind the police panel door with a flash ' 2 automatic switch and a control-display power line on-off switch. See 3 Section 9-29.13(5) for operational requirements. 4 ' 5 5. An auxiliary control panel located inside the controller cabinet with a 6 flash-automatic switch and a controller on-off switch. See Section 9- 7 29.13(5) for operational requirements. A three wire 15 ampere plug 8 receptacle with grounding contact and 15 ampere ground fault 9 interrupter shall also be provided on the panel. 10 11 6. A conflict monitor conforming to NEMA standards. See Section 9- 12 29.13(5) for operational requirements. The unit shall monitor 13 conflicting signal indications at the field connection terminals. The unit 14 shall be wired in a manner such that the signal will revert to flash if 15 the conflict monitor is removed from service. 16 17 Supplemental loads not to exceed 10 watts per monitored circuit or ' 18 other means, shall be provided to prevent conflict monitor actuation 19 caused by dimming or lamp burn-out. Supplemental loads shall be 20 installed on the control side of the field terminals. Conflict monitors 21 shall include a minimum of one indicator light for each phase used. 22 The monitoring capacity of the unit shall be compatible with the 23 controller frame size. Conflict monitors shall include a program card. 24 25 7. A "Detector Panel", as specified in Standard Specification Section 26 9-29.13(10)B, shall be installed. The panel shall be mounted on the ' 27 inside of the front cabinet door. The detector panel shall be 28 constructed as a single unit. Detector switches with separate operate, 29 test, and off positions shall be provided for each field detector input ' 30 circuit. A high intensity light emitting diode (LED) shall be provided for 31 each switch. The lamp shall energize upon vehicle, pedestrian or test 32 switch actuation. The test switch shall provide a spring loaded 33 momentary contact that will place a call into the controller. When in 34 the OFF position, respective detector circuits will be disconnected. In 35 the operate position, each respective detector circuit shall operate 36 normally. Switches shall be provided on the panel with labels and ' 37 functions as follows: 38 39 a. Display On — Detector indicator lights shall operate ' 40 consistent with their respective switches. 41 42 b. Display Off — detector indicator lights shall be de- 43 energized. 44 45 A means of disconnecting all wiring entering the panel shall be 46 provided. The disconnect shall include a means to jumper detection 47 calls when the display panel is disconnected. All switches on the 48 panel shall be marked with its associated Plan detector number. All 49 markers shall be permanent. 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 79 1 '2 b. Ped Call Isolation Unit 3 4 1. Push button number 5 '6 2. Assigned phase(s) 7 8 c. Load Switches ' 9 10 1. Signal head number 11 '12 2. Assigned phase(s) 13 14 d. Phase Selectors 15 16 1. Circuit Letter 17 18 2. Phase(s) called 19 20 The label shall be placed on the face of the unit. It shall not block any switch, 21 light, or operational words on the unit. The lettering on this label shall be neat, 22 legible, and easily read from a distance of approximately 6-feet. 23 24 9-29.13(10)13 Auxiliary Equipment for Type 170E, 2070 Assemblies 25 The following requirements apply to required auxiliary equipment furnished 26 with Type 170E, 170E-HC-11 and 2070 controllers: 27 '28 A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC 29 isolators, discriminator modules, program modules, modem modules, 30 breakers, buses, police panel switches, receptacle requirement, vent ' 31 fan and auxiliary control panel switches shall conform to the 32 requirements noted in the TEES. 33 34 B. Flashing operation shall conform to Section 9-29.13(5), except the 6- 35 second flash period described in Item 2 of that section will not be 36 required. Emergency preemption shall conform to Section 9-29.13(6). 37 '38 C. Input and output terminals shall be installed with a marking strip with 39 field wire numbers noted in the Contract embossed on the strip. All 40 cabinet and field conductor shall have a PVC or polyolefin wire , 41 marking sleeve installed, matching the input and output terminals 42 above. Marking on sleeves shall be embossed or type written. 43 44 D. The input panel terminal blocks TB 2 through TB 9 and associated 45 cable to the input files as described in the TEES shall be provided in 46 all control assemblies. 47 ' 48 E. Supplemental load resistor, not less than 2000 ohms and not greater 49 than 5000 ohms not to exceed 10 watts per monitored circuit, shall be 50 provided to prevent conflict monitor actuation caused by dimming or 51 lamp bum-out. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:518/2013 Page 81 1 K. The PED yellow terminals on the CMU edge connector shall be ' 2 extended with a 2 foot wire, coiled, heat shrink tipped and labeled for 3 the correct corresponding terminal as CH-11 3Y/CMU-8, CH-14Y/CMU- 4 11, CH-15Y/CMU-K, CH-16Y/CMU-N. 5 6 L. An "Absence Of Red Programming Assembly" shall Pe provided. 7 There shall be provided on the back panel of the output file, 17 8 accessible jumper plug attachment areas, made up of three male pins 9 per position (one, for each conflict monitor channel and one for red 10 enable function). Each jumper plug shall be a two position connector, ' 11 It shall be possible, by inserting and positioning one of the 16 12 connectors on the right two pins on the monitor board, to apply 120 13 VAC into a corresponding channel of the conflict monitor red 14 channels. The connection between the red monitor board and the 15 conflict monitor shall be accomplished via a 20 pin ribbon cable and 16 the industry standard P-20 connector that attaches on the front panel 17 of the monitor. It shall be possible, by inserting and positioning one of t18 the 16 jumper plugs on the two left pins on the monitor board, to 19 enable the corresponding channel to monitor for red fault by the 20 conflict monitor. There shall be installed on the red monitor board a ' 21 red fail monitor disable function that controls the 120 VAC red enable 22 signal into the conflict monitor. During stop-and —go operation, 23 120VAC is sent via pin #20 on the P20 connector to enable red failure ' 24 monitoring on the conflict monitor by having the connector moved to 25 the side labeled "Red Enable". If this is disengaged by moving the 26 connector to the side labeled "Red Relay", then 120VAC is removed ' 27 from pin #20, and the conflict monitor will no longer monitor for red 28 fail faults. The red enable function will also be wired such that if the 29 traffic signal is in cabinet flash, then there will be no voltage on pin 30 #20, and the conflict monitor will not monitor for red fail faults. 31 32 M. Each cabinet shall be provided with at least 20 empty neutral ' 33 connections to accommodate field wiring. The neutral bus bars shall 34 be of the style in which a lug is not needed to be applied to the 35 neutral field wire(s). All of the neutral bars shall be secured in 36 accordance with the TEES. All neutral bars shall be at the same 37 electrical potential. 38 39 N. The main breaker on the SPA shall be provided with a cover to ' 40 prevent accidental tripping. The cover shall be removable and 41 replaceable without the use of tools. VACANT 42 43 O. Equipment Branch Breaker —The duplex receptacle on the rear of 44 either PDA #2L or-3L shall be wired in parallel with the ground fault 45 current .interrupt receptacle on the front of the power supply. The 46 ground fault current interrupt receptacle being in the "Test" mode shall ' 47 not remove power to the rear receptacle. 48 49 9-29.13(10)C NEMA Controller Cabinets ' 50 Each NEMA traffic controller shall be housed in a weatherproof cabinet 51 conforming to the following requirements: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/812013 Page 83 1 ,2 b. A police panel assembly shall be installed in the front door and 3 shall have a stainless steel hinge pin and a police panel lock. 4 Two police keys with shafts a minimum of 13/<-inches long shall 5 be provided with each cabinet. 6 7 c. All doors and police panel door shall have one piece, closed cell, 8 neoprene gaskets. 9 10 d. A two position doorstop assembly. 11 12 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for 13 cabinet lighting. Color temperature shall be 41O0K (cool white) or 14 higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 15 shatterproof tubular bulbs. LED light strips shall be approximately 12 16 inches long, and have a minimum output of 320 lumens. Lighting 17 shall be ceiling mounted and oriented parallel to the door face. 18 Lighting shall not interfere with the proper operation of any other 19 ceiling mounted equipment. All lighting fixtures shall energize 20 whenever any door is opened. Each door switch shall be labeled 21 "Light". ' 22 23 9-29.13(10)D Cabinets for Type 170E and 2070 controllers 24 Type 170E and 2070 controllers shall be housed in a model 332L cabinet , 25 unless specified otherwise in the contract. Type 332L cabinets shall be 26 constructed in accordance with TEES with.the following modifications: 27 28 1. Each door shall be furnished with the equipment listed in Standard 29 Specifications 9-29.13(10)C item 5 above. 30 31 2. The cabinet shall be furnished with auxiliary equipment described in 32 Standard Specification 9-29.13(10)B. 33 '34 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in 35 accordance with Section 9-29.13(10)C, Item 1 above. Painted steel, 36 painted or anodized aluminum is not allowed. 37 1 38 4. A disposable paper filter element with dimensions of 12" x 6" x 1" 39 shall be provided in lieu of a metal filter. The filter shall be secured in 40 the filter holder with a louvered aluminum cover. The maximum depth 41 of the cover shall not be more than 0.5" inch to provide the filter to be 42 flush against the door. No incoming air shall bypass the filter 43 element. ' 44 45 5. Field wire terminals shall be labeled in accordance with the Field 46 Wiring Chart. , 47 48 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for 49 cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W, ' 50 type T5 tubular bulbs. Tubular bulbs shall be contained within a 51 shatterproof lamp cover. Led strips shall be approximately 12 Inches AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 85 ' 1 2. One aluminum sheet metal panel, 1/8"x 15"x 54", shall be 2 installed to the rear of the cabinet on the right hand (when 3 facing the front) side railing. 4 ' 5 3. Additional ITS and Communication equipment as described 6 in the Contract Plans and the ITS section of the Contract 7 Special Provisions. 1 8 9 9-29.13(11) Traffic Data Accumulator and Ramp Meters 10 All cabinets designated for use as a traffic data or ramp meter shall be Type 334L ' 11 cabinets furnished to meet the TEES with the modifications listed in Section 9- 12 29.13(10)D and include the following accessories: 13 14 1. Each cabinet shall be equipped with a fully operable controller equipped as 15 specified in the Contract Provisions. 16 17 2. Two input files, shall be provided. 18 19 3. The PDA#3L shall contain three Model 200 Load Switches. 20 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 21 #3L and wired as shown in the Plans. 22 23 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be. ' 24 labeled POLICE CONTROL, ON-OFF. 25 26 5. Display Panel ' 27 28 A. General 29 Each cabinet shall be furnished with a display panel. The panel shall be 30 mounted, showing and providing detection for inputs and specified 31 controller outputs, at the top of the front rack above the controller unit. The 32 display panel shall be fabricated from brushed aluminum and constructed 33 according to the detail in the Plans. ' 34 35 B. Text 36 All text on the detector panel shall be black in color and silk screened ' 37 directly to the panel except the Phenolic detector and cabinet nameplates. 38 39 A nameplate for each loop shall be engraved with a Y4-inch nominal text 40 according to the ITS Field Wiring Charts. The nameplates shall be 41 permanently affixed to the detector panel. 42 ' 43 C. LEDs 44 The LEDs for the display panel shall meet the following Specifications: 45 ' 46 Case size T 1-% 47 Viewing angle 500 minimum 48 Brightness 8 Milli candelas. 49 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 87 1 When the switch is in the test position, a call shall be placed to the ' 2 controller and energize the associated LED. The switch shall 3 automatically return to the run position when it is released. 4 5 RUN , 6 In the run position the LEDs shall illuminate for the of each 7 call to the controller. 8 1 9 H. Controller Output Indicators 10 The display panel shall contain a series of output indicator LEDs mounted 11 below the detection indicators. The layout shall be according to the detail ' 12 in the Plans. These LEDs shall illuminate upon a ground true output from 13 the controller via the C5 connector. 14 15 The output indicator LEDs shall have resistors in series to drop the voltage 16 from 24 volts DC to their rated voltage and limit current below their rated 17 current. The anode connection of each LED to +24 VDC shall be wired 18 through the resistor. 19 20 I. Connectors 21 Connection to the display panel shall be made by three connectors, one 22 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 ' 23 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin 24 connectors and shall be compatible such that the two connectors can be ' 25 connected directly to one another to bypass the input detection. Wiring for 26 the P1, P2 and C5 connectors shall be as shown in the Plans. 27 28 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and 1 29 C6 according to the pin assignments shown in the Plans. 30 '31 6. Model 204 Flasher Unit 32 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 33 flasher unit mounted on the right rear side panel. The flasher shall be powered 34 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. , 35 36 7. Fiber Optic Patch Panel 37 The Contractor shall provide and install a rack-mounted fiber optic patch panel ' 38 as identified in the Plans. 39 40 Cabinet Wiring 41 Terminal blocks TB1 through T139 shall be installed on the Input Panel. Layout and 42 position assignment of the terminal blocks shall be as noted in the Plans. 43 '44 Terminals for field wiring in traffic data and/or ramp metering controller cabinet shall 45 be labeled, numbered and'connected in accordance with the following: 46 Terminal Block Pos. Terminal and Wire Numbers Connection Identification TBS 501-502 AC Power, Neutral T1-2 641 Sign on , I' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 89 1 1 2 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet 3 lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent 4 fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within ' 5 a shatterproof lamp cover. LED light strips shall be approximately 12 inches 6 long, and have a minimum output of 320 lumens. There shall be two fixtures 7 for each rack within the cabinet Lighting shall be ceiling mounted and oriented 1 8 parallel to the door face— rack mounted lighting is not permitted. Lighting shall 9 not interfere with the proper operation of any other ceiling mounted equipment. 10 All lighting fixtures above a rack shall energize whenever either door to that ' 11 respective rack is opened. Each door switch shall be labeled "Light". 12 13 7. Each cabinet shall be equipped with a power distribution assembly (PDA) 1 14 mounted in a standard EIA -inch (ANSI/EIA RS-310-C) rack utilizing no more 15 than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the 16 following equipment: 17 18 a. One duplex NEMA 5-15R GFCI receptacle on the front of the PDA: 19 20 b. Four duplex NEMA 5-15R receptacles on the rear of the PDA. These 21 receptacles shall remain energized on a trip or failure of the GFCI 22 receptacle. 23 ' 24 c. Four 1 P-1 5A, 120VAC Equipment/Field Circuit Breakers. 25 26 d. Line filter meeting the requirements of 9-29.13(10)A.d. ' 27 28 PDA components shall be mounted in or on the PDA such that they are 29 readily accessible, provide dead front safety, and all hazardous voltage ' 30 points are protected to prevent inadvertent contact. 31 32 8. Service Panel #1 shall include a service terminal block labeled "TBS", a Tesco 33 TES-10B or equivalent surge suppressor connected to provide power in line 34 surge suppression, and a 1 P-30A Main Breaker. The Service Panel Assembly 35 (SPA) shown in the TEES shall not be included. 36 37 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type 38 specified in the Contract. 39 40 Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. 41 Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall 42 be provided. 43 ' 44 9-29.16(1)A1 Conventional Optical System 45 This section's title is revised to read: 46 47 9-29.16(1)A1 Non-LED Optical System 48 49 9-29.16(1)D1 Electrical Conventional ' 50 This section's title is revised to read: 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised:5/8/2013 Page 91 1 cycles the display shall show the programmed clearance or be. blank. In 2 the event there is railroad preempt during the pedestrian change interval, ' 3 during the following two cycles the display shall show the programmed 4 clearance or be blank. Light emitting diode (LED) light sources having the 5 incandescent appearance are required for Portland Orange Raised Hand 6 and the Lunar White Walking Person. 7 8 b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. 9 10 c. Temperature: Temperature range shall be -35° F to +165° F. 11 ,12 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors 13 shall have 21 members at 45 degrees and 20 horizontal members. 14 15 9-29.20(2) Neon Grid Type 16 This section is deleted. 17 - 18 9-29.24 Service Cabinets 19 In the first paragraph, the lettered items A-J are re-lettered to read B-K respectfully. 20 21 The first paragraph is supplemented with the following new lettered item: 22 23 A. Display an arc flash warning label that meets the requirements of ANSI Z535. 24 ,25 9-29.25 Amplifier, Transformer, and Terminal Cabinets 26 In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 27 KVA" and the height column value of 40" is revised to read "48". ' 28 29 The first and second sentences in the first paragraph are revised to read: 30 '31 Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: 32 33 Item number 5 is revised to read: 34 35 5. All cabinets shall provide a gasketed door flange 36 37 Item number 7 is revised to read: ' 38 39 7. Insulated terminal blocks shall be 600 volt, heavy-duty, barrier type. The terminal 40 blocks shall be provided with a field-side and a control-side connector separated by 41 a marker strip. One spare 12-position insulated terminal block shall be installed in 42 each terminal cabinet and amplifier cabinet. 43 ,44 Item number 8 is revised to read: 45 46 8. Each non-pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 47 inch drain holes in back corners. Each pad mounted Terminal, Amplifier and 48 Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain 49 pipe to grade as detailed in the Standard Plans. 50 , 51 Item number 10 is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK , Revised:5/8/2013 Page 93 APPENDIX A-SAMPLE FORMS CITY OF RENTON SAMPLES ' APPENDIX A SAMPLE FORMS. ' DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO THE CITY. 1 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS /'PPENPIX A - SAAAF —E FoaMS , rgto"state Depatm Request to Sublet Wor Departent of Transportation q Subcontractor 0 Lower Tier Subcontractor dDBEI Prime Contractor - Federal Employer I.D. Number• State Contract Number Job Description(Title) - - -- - -- --^� Request Number --- ---- Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D.Number' Address Telephone Number ± City --- -- State Z Code Estimated Starting Date ---^ If Lower Tier Subcontractor,ID of Corresponding Subcontractor, •lfno Federal Employerl.D.Number, Use Owner's Social Security Number Item No. Partial Item Description ` Amount /'understand and wiff insure that the subcontractor will. Prime Contractor Signature Date I. comply fully with die plans and specffrcadons under which this work is being performed. Department of Transportation Use Only Percent of Total Contrail ;DBE Status Verification This Request -- _._ .. % , Previous Requests Sublet to Date _-_ Project Engineer (Date Y— Approved-Region Construction Engineer Date , El (When Required) DOT Form 421-012 EF Distribution: White(Original)--Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor ' Revised 7/02 A?FC—tJD Y- A - SRMPi-E Foanns �. N LL CL I iL crn :o o� EIE ! i �° CD Sri F-o W CL EL m o O W `o m N ti LL o f I I m cm GL v m ff c C i a I I m H ca tm Z m m a c y, N a - a W., w v � ti A cc Z `o c m F m ' m C o. 1 a LL. c z' = LO .m CC m I mC via °—' ' ! LL p i ,L CL Go i+ m C - -' C m f O c«La CL V ! L- LL U � O C Q O O CL W a o V 'c�S io - C co 00 i 0 ~ I om LL - C a E W `° ! m ! to 12 o m t O N ;D ' ;D I I Y Y• •' .I P I O Y Oi I O O O i C CD to r+ U A. N I m �' C A C lm. m !a U N C .m m 1 C m m ' m m m m I m I m ! Q,' .Y y ` m C C.. ` `. C C ... C Q C c ' O ° O i, a: N O d N 00 di c4 -7 Q:f`6 O.: [` 0 W . a o U- 44 U U �� F- Q H Q !!- � !'Q'IF- -� �Q I— v N y w _ ° __- 0 9 O O. R H m m 1 a ` E " 3 a �- �. r ., c ti c c� E CL o 0 m O F t— F- F- U o z Department of Labor and Industries ! Prevailing STATEMENT OF INTENT TO age (360)902-5335 PAY PREVAILING WAGES . wwwlni.wa.govt frradesUoensmg/Prevat7ingWage Public Works Contract" ' �. $25.00 Filing Fee Required • This form must be typed or printed in iuk Project Name Contract# • Large,bold numbers match instructions on back of form. • Please alloy a minimum of 10 days for Contract Awarding Agency(public agency-not federal or private) working ys Processing• • Once ved our form will be online at the above website'. ' Address Contractor,company or icy name,address,city,state&Z FL+4 ' City state ZIEH 4 Awarding Agency Project Contact Person Phone# ' County where work was performed City where work was performed Bid due date (mm/ddtyy) Date contract awarded(mmtddlyy) ' Vi'r1l all watic be subcontracted?_ Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has coact with the public agency) Contractor Registation# Expected job start date(mmtddlyy) Do you intend to use apprentices? ❑ Yes ❑ No CraffAradef oc mpation(Do NOT list apprentices) Estimated no. Rate of '' Rate of hourly fringe Indicate number of owners wmected to MffOrM work of Workers houdy pay benefits Company name Indicate total dollar amount of your conhuct .. or time and materials if applicable. ' Address I hereby certify that the above information is.coned and that all workers I employ on this,Public Wanks Project will be paid no less City State . 2n,+4 than the. Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industrif Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number r ,. . Check Number. ❑ sm or $ ° Issued By APPROVED:. Department of Labor and Industries BY Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. ' Canary copy—LM. ' How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Fling Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date ContractAwarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding. agency. Craft/trade/occupation Craft not listed,-not specific, or does not match prevailing wage occupation listings. ' Owner/Operators: If the work.wi state the ll be performed by owners/partners, "Owner/Operator under 'Craft°section,and the wage and fringe need not be completed.. Do list the number of owners on the-job. (Individuals who own less than 30%of the company are not considered ' to be ownerloperators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits,as defined by RCW 39.12.010,that you will actually provide to the workers. The amount listed for'Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe t . Benefits', if any,must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your-Contract Missing—Enter'time and materials'if applicable.The exact dollar :i amount will be required on the Affidavit of Wages Paid form. Contractor Registration No.or UBI Missing or not registered.•Companies not required to obtain a contractor's registration number need only indicate UBI (.e.,janitorial, surveying,truck driving). iSignature Missing-Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent If you use apprentices on this project,they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire.: Any workers not registered as such must be paid prevailing journey level wages. Call(360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form`Page 1 of 2','Page 2 of 2`,eta No additional fee is required. No other attachments will be accepted. ' Approval of this Intent will be based on the=information provided by the contractorlsubcontracfor. It does not signify approval of the classifications of tabor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent Than for each employer must be.posted at the jobsite'for contracts in excess of$10,000.00. ' Prevailing wage rates are available on the Internet at www.Lni.wa.gov/Trades Uicensinci/Pr-dvallingWage Submit both copies (white and canary) and the $25.00 filing.fee to: MANAGEMENT SERVICES. Please fold in thirds so the address DEPT.OF LABOR AND INDUSTRIES will show in a.window envelope ' PO 1BOX 44835 OLYMPIA,WASHINGTON 985044835 For questions call(360)9025335 F700-029-000 statement of intent to pay prevailing wages-backer 1244 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref.- Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' ' employees for the period from - through m ' accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: , Title: , i 18 IONT.DOC1 ' APPENDIX B-HOURLY MINDAUM WAGE RATES CITY OF RENTON 1 r APPENDIX B i HOURLY MINIMUM WAGE RATES 1 1 - i 1 1 ' 2013 STREET PATCH AND OVERLAY WITH CURB RAMPS Page 1 of 17 State of Washington , Department of Labor & Industries Prevailing Wage Section Telephone 360-902-5335 ' PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage , The PREVAILING WAGES listed here-include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are . provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 5/13/2013 County Trade Job Classification Wag Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.83 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M King Brick Mason Journey Level $49.07 5A 1M , King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F' King Building Service Employees Window Cleaner(non-scaffold) $23.66 5S 2F ' King Cabinet Makers In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M ' Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M , King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M ' King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M , King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders . Diver On Standby $56.68 5D 1M King Divers E:Tenders Diver Tender $52.23 5D 1M i King Divers 0.Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B , Tender King Dredge Workers Assistant Engineer $51.07 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.56 5D 3G https:H fortress.wa.gov/lru/wagelookup/prvWagelook-up.aspx 05/13/2013 Page 3 of 17 King Heat Et Frost Insulators And Journeyman $56.93 5J is Asbestos Workers 1King Heating Equipment Mechanics Journey Level $68.52 7F 1 E ' King . Hod Carriers Et Mason Tenders Journey Level $42.11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner ' King Inland Boatmen Boat Operator $52.32 5B 1 K Kin g Inland Boatmen Cook $48.89 5B 1 K King Inland Boatmen Deckhand $48.96 5B 1K ' King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K 1 King Inland Boatmen Mate $51.16 5B 1K. King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By ' Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $49.57 5D 1M ' FKing Ironworkers Journeyman $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed 1 King Laborers Airtrac Drill Operator $42.11 7A 2Y ' King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman .$34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y ' King Laborers Caisson Worker $42.11 7A 2Y King Laborers Carpenter Tender $40.83 7A 2Y King Laborers Caulker . $40.83 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y Over) I ' h s://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 05/13/2013 ttP g g PP g P P Page 5 of 17 King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Noaleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla , King Laborers Pavement Breaker $41.59 7A 2Y King Laborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11 .7A 2Y King Laborers Pipe Layer/tailor $41.59 7A 2Y King Laborers Pipe Pot Tender $41.59 7A 2Y , King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y ' King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller- Power $41.59 7A 2Y King Laborers Raker - Asphalt $42.11 7A 2Y , King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y , King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y ' King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20 ) $41.59 7A 2Y lKing Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y x King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y ' King Laborers Tamper Et Similar Electric, Air $41.59 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $41.59 7A 2Y ' propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y (power)Track Liner w 41.59 . )King Laborers e ) $ 7A 2Y_ King Laborers Traffic Control Laborer $37.01 7A 2Y 8R 1 King Laborers Traffic Control Supervisor $37.01 7A 2Y 8R i h s://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 05/13/2013 ' � g g PP g P P Page 7 of 17 IKing Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings. Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49.82 5D 1M King Plasterers Journey Level $48.23 7G 1 R King Playground Et Park Equipment Journey Level $9.19 1 Installers King Plumbers Et Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P ' King Power Eauipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Eauipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P King Power Eauipment Operators Batch Plant Operator, $51.40 7A 3C 8P r , Concrete King Power Equipment Operators Bobcat $48.62 7A 3C 8P ' King Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment King Power Eauipment Operators Brooms $48.62 7A 3C 8P ' King Power Eauipment Operators Bump Cutter .$51.40 7A 3C 8P King Power Eauipment Operators Cableways $51.89 7A 3C 8P King Power Eauipment Operators Chipper $51.40 7A 3C 8P King Power Eauipment Operators Compressor $48.62 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment.Over 42 M King Power E9uipment.Operators. Concrete Finish Machine.-laser ..$48..62 . 7A 3C 8P Screed ' =King Power Eauipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Eauipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m —ij I King Power Eauipment Operators Conveyors $50.981 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Eauipment Operators Cranes: 1.00 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom l (Including Jib With ' Attachments) ;King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P g Or 250' Of Boom (including Jib ' With Attachments). King Power Eauipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P a https://fortress.wa.gov/hii/wagelookup/prvWagelookup.aspx 05/13/2013 Page 9of17 F King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P King Power Equipment Operators Locomotives, All $51.40 7A 3C 8P ' King Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) , King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P !King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header ' And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution £t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P , Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P ' Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons , King Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P ' Mount) , King jPower Equipment Operators Plant Oiler- Asphalt, Crusher $50.98 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P ' King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving Equipment , King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P King Power Equipment Operators Rollagon $51.89 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P , 'King Power Eguipment'Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Materials King Power EauipmentPower Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P ' https://fortress.wa.gov/ffi Uwagelookup/prvWagelookup.aspx 05/13/2013 ' Page 11 of 17 King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water. King Power Equipment Operators- Brokk- Remote Demolition $48.62 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P, Underground Sewer Et Water. King Power Equipment Operators- Cableways $51.89 7A 3C 8P Underground Sewer Ft Water. King Power Equipment Operators- Chipper $51.40 7A 3C 80 Underground Sewer Et Water ' King Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P ' Underground Sewer Et Water With Boom Attachment Over 42 M :King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line ' Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump:.Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m r King Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P ; Underground Sewer Et Water Tons, Or 150' Of Boom ' (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib ' With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99. $51.89 7A 3C 8P Underground Sewer Et Water Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P p Underground Sewer Et Water Through 199 Tons ' King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water ,a lKing Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) 'King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 05/13/2013 Page 13 of 17 , Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) I I King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Grader- Non- $50.98 7A 3C 8P ' Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Undereround Sewer Et Water , 'King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P , Undereround Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C .8P Undereround Sewer Et Water 20 Tons Through 44 Tons King Power Eauipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P , Undereround Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P ' Underground Sewer 8t Water King Power Eauipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P Undereround Sewer Et Water Mount) King Power Eauipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Undereround Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P ' Undereround Sewer Et Water King Power Equipment Operators- Power Plant $48.62 7A 3C 8P Undereround Sewer Et Water King Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Eauipment Operators- Remote Control Operator On $51.89 7A 3C 8P Undereround Sewer Et Water Rubber Tired Earth Moving Equipment ' King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Undereround Sewer Et Water King Power Equipment Operators- Rollagon $51.89 7A 3C 8P , https:Hfortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx ortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 05/13/2013 Page 15 of 17 Underground Sewer Et Water 100 Tons ' King Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer ft Water ' King Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Owators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P Underground Sewer Et Water King. Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water King. Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A ' Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A ' Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers ' King Power Line Clearance Tree. Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A ' Trimmers King Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M ' King I Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 ' King Residential Drywall Applicators Journey Level $38.60 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $35.10 7L 1 H `King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers 8t Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 1 R Workers 'King Residential Soft Floor Lavers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 2R ' )Fire Protection) iKing Residential Stone Masons Journey Level $49.07 5A 1M ' King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers t King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1 R ' h s://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 05/13/2013 � g g PP g P P Page 17 of 17 Outside King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $34.37 5A 213 , Outside King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $32.62 5A 2B ' Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside , 'King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B ) ' Outside King Telephone Line Construction - Television Technician $26.43 5A 2B Outside , King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tile Setters Journey Level $21.65 1 ' King Tile, Marble Et Terrazzo Finisher $37.76 5A 1 B Finishers King Traffic Control Stripers Journey Level $41.531 7A 1 K _ King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) ' King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L ' King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers 8 Irrigation Pump Irrigation Pump Installer $17.71 1 , Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers St Irrigation Pumo Well Driller $18.00 1 Installers h s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 05/13/2013 , � g g PP g P P APPENDIX C-STANDARD PLANS CITY OF RENTON r r 1 r r r r r r APPENDIX C r STANDARD PLANS r . r r t r - r r r- r2013 STREET PATCH AND OVERLAY WITH CURB RAMPS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX C;-STANDARD PLANS CITY Y OF KEN TON ' APPENDIX C STANDARD PLANS The Standard d Plan for the "T lcal Utility Cover Adjustment. for Pavements or Overlay" (STD. PLAN-400.4) has been ' . replaced weuth STD. PLAN-400AX ' 2111 STREET PATCH AND OVERLAY WITH CURB RAMPS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W c ° ` O 0 o ° d � � E rn E F E y ds s d ° s C c m d S. d ° 3.0 d ° = C 12... w (ii ` ° a q m y Z. y A ir y ` i = a. a2 FW o3 o FT+ V l is d F d ra q s '.�• c 'co q To a -g°U a� ca °F �' m .'=U. U z •0. C'fl N Fes" � q tN�1 pp °�O �WU y yw. C7w U w' °w CF Phi. m Sd 30 rn V]A Fr O � ti a0 �� z E °c 3ra A p =Fp C73 6 0 �.� A _ ° O O O e H ° y 0'3 ° W d �� o P,a �v 0 x 0 O 0 U�w3 a� Oy[-.�3^'U �A w0 p W2 P. A c -0-0 S. .o. g ,v; M e O v Z Q n a ° o J �1 c U� c . . aOo q FU .� o - ay i ME 'e O � U ° /)vP. O a 0 > E nOE °OO vh MW. p� ,E, d� 3� Oo U aE C7c °~° O C W O ca w2wq U O a3 o d x > Z. — z 2 r fA/� 1±. w Z C5 � O � 00 F3 U °��' �y d.� U p �a> a� E � � UO s O °> " r3 ur � Q in 3 ¢A S yea . E¢ x o. as E y aFay� � 00 0; o vi %c r oe of N N N - N N -N en r7 U 5 e p d c q O y O w ' W h •3 � '%� •O � y F y y q 3 a s °' o cn y h U d rJ d w 4 s F rs 2 c O d d U 3 c , y c o 'a c A E c 0 ca , w e _ q` .c c E-2 or a m 'a v a� aci 'D `►� is �. a� E d rq a y O Py U s E 'S y fy W �- �U +^7 E ,¢7y O. X3,0 3rn d 3 A�; E" a� a� o E �QH> t F F.' j. m E" ` y w ° a� S. E O e 3 A O a 3 o U a0 i E ° W ^ y� ° r a �0 '. 0� d ° T- p s d > o U d ¢r E° ° o o w c °R4 pq 0 zoq >v ° a w z O bm .v O po a v c o02 Im F a`o� U aC7Z � o p z o cy g.o a u,y z - E" A w O y E" W W o .a d a «! W WW a� WW W U •� a:3 c o O C. i aO ud'' w EG�. c fW a$E EW W.isC a w fl e CFW 4a�'a^a «C7 E~ c W Aw.e U 'U U O" Ow Z Z i as Cl) °.'c U rz w O 1 Og � s . o O z Os °y c F U U a U U U U° . U e a t � x rn O d g O m z c c w a ° h� � °' 9 + .x O L ` d zx c p"� u c c He 14 d � Cr O w U U.c U 3 v U U 3 U E w 2 E °°o t 11!� GENERAL NOTES: 1. See standard-plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constricted to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 1042. FACE OF CURB is 6 112' 512' 1' ' 12'R 1•R MATCH ROADWAY CEMENT CONCRETE SLOPE TT)P OF 12'R 1'R SIDEWALK RAMP €D 12'R ROADWAY OR LANDING VARIES. o FROM s• •s' p. 61TOD s 11C PREMOLDEO 11-V JOINT FILLER CEMENT CONCRETE CEMENT CONCRETE TRAFFIC CURB AND GUTTER PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS FACE OF ADJACENT CURB , 61/2" FLUSH WITH GUTTER PAN AT SIDEWALK FACE OF ADJACENT CURB RAMP ENTRANCE 1.12 MAX 96 612" 3 SEE DEPRESSED CURB DETAIL THIS SHEET TOP OF 12"R ROADWAY 3% TOP OF , p vp .•s' �_ 1' 12"R ROADWAY Y p 11-61 DEPRESSED CURB SECTION AT SIDEWALK RAMPS FACE OF c o u DEPRESSED CURB SECTION ' AT RESIDENTIAL DRIVEWAYS ONLY. 612• FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 5 112" V 12'R 1•R . FACE OF ADJACENT CURB •° • ' io TOP OF ROADWAY ° GUTTERSURFACE ' a - V R . .o• •� .p• 1.R� > � 8114" s •v >• . ° CEMENT CONCRETE DEPRESSED CURB DETAIL TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS 4�Y o STD. PLAN - 101 ' O s PUBLIC WORKS'. * * DEPARTMENT CEMENT CONCRETE CURBS p MAY 2009 ' SEE NOTE 2 SEE NOTE 2 2. _ 0" 2. _ 0" o �.. 3/8" PREMOLDED JOINT FILLER (TYP) CEMENT CONCRETE CURB AND GUTTER 5 � 5" ... PLAN VIEW FACE OF CENTERLINE OF CURB FRAME E GRATE 6 1/2" 13" 51 Z" MATCH FRAME AND GRATE-NOT INCLUDED I" R. ROADWAY IN CURB AND GUTTER BID ITEM SLOPE ID TOP OF .a_•• s 11" R. RECESS ROADWAY •s Y • 0 o o• ADJUSTMENT SECTION-NOT INCLUDED IN CURB AND GUTTER BID ITEM CATCH BASIN-NOT INCLUDED o.,• IN CURB AND GUTTER BID ITEM SECTION O // GENERAL NOTES: 1. The intent of this design is to facilitate the removal / of a catch basin with minimal disturbance of the curb. ' 2. The expansion joints of the \ adjacent sidewalk shall be adjusted to be in line with these curb expansion joints. / .' ISO�E41C VIEW Y STD. PLAN — 101.1 CEMENT CONCRETE CURB PUBLIC WORKS INSTALLATION AT PPRO ED:' DEPARTMENT CATCH BASINS 6 '♦: / DATE • NGK .' " N P SIDEWALK 1R' VARIES:S-S'MIM • 12'R LEVEL 1'R c 12'R(1YP,) CURB NOT �' AJ INCLUDED �� .• � •• ' •�•• • '` � • Z%MAX_ ••r• •IN•810 TD3A SE 14PEOD EDGEDErAL JOINT FILLER NOTE:EICIMOSIDEWALKTRANSVERSE JOI TSTOINMMERMSEDEWE. CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARI ES i_ 1AP7D1l4' SIDEWALK MAYBE ADJACENT � SLOPE ROUNDING TO A WALL(SEE DETAA4 (WHEN FIED) $DEWALK SUFFERSTRIP •o > TO •' VARIES:6 70,MI1L B-P 1R'R MM4 CURB NUT z% 2%MAX_ INCLUDED . 2%MAX IN BID ITEM ©CONTRACTION JOINT CEMENT-CONCRETE SIDEWALK ADJACEN'M BUFFER STRIP WALL OR BARRIER _ SIDEWALK VARIES SIDEWALK MAY BEADJACENT 11r R �E PECN�DIN)G TO A WALL(SEE Dt7Alla SIDEWALK VARIES:w-6'MIN, 1I4'PREMOLDED 12'R M?4 CURB NOT JOINT FI L R 2%MAX _ IN BID MMM ' ;, I10PREMDLDED `" `"'r" SIDEWALKADJACEWTO WALL JOINT FRJJ3i DETAIL CEMENT CONCRETE SIDEWALK ' ADJACENT TD CURB R S'O BROOMED FINISH C WIDE,SMOOTH TROWELED PERIMETER • �r.11� G �^"• -'�CE1:1 CONCRETE CURB . ... RB AND GUTTEtSHOWN) NOT] IN BID ITEM aw G \ •x` Toro ' -olNi. >' ,� ,Rr0 's ,.r ..$IOEW"- ONLY , --"" PREAOLDED E7fP_.-..QpT. INT IN BOTH CURB AND JOINT FILLER �EWfi1aC{SEE SM PLAN'101.1) Q E:XPANSION JoIK AND FINISH ^_ DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. 1`tY .o STD. PLAN — 102 ' +° + PUBLIC WORKS CEMENT C014CRETE DEPARTMENT SIDEWALK l. p MAY 2009 r ' NOTES: 1. 'Providing safe places for people to walk is an essential responsibility of all government entities Involved in constructing ' or regulating the construction of public rights-of-way.'according to the American Association of State Highway and Transportation Officials'(AASHTO) A Porcy on Geomehic Design ofiffghways and st eets. 2. Utilities shall be.relocated outside the traveled way of the walkgvay. ' 3. Utilities that must remain are to be made non-slip through use of the I list proprietary system here]. Existing meter reading devices shall not be harmed by the application of[ this system j. 4, Junction boxes will not be permitted In the sidewalk surface...These shall be relocated to the buffer strip. ' 5. Drainage appurtenances,such as manholes,catch basins,eta will not be permitted in the sidewalk surface. These shall be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A pedestrian traffic control plan shall be submitted to the City for review. 1 • ' Y STD. PLAN 10— 2.1 +U� + PUBLIC WORKS UTILITY PLACEMENT IN DEPARTMENT CEMENT CONCRETE SIDEWALK ' Zrp MAY 2009 EXISTING ASPHALT 2.0' MIN. NEW CURB ' �— PAVEMENT & GUTTER (SEE NOTE 2) SAWCUT (SEE NOTE 2) 'a a. • a ARTERIAL STREET MINIMUM ' 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) 1 (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: , 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. ' o~ 0 STD. PLAN - 103 PUBLIC WORKS CURB AND GUTTER PPRO D: ` DEPARTMENT REPLACEMENT DETAIL dLZh , ATE' BID ITEM(INCLUDES SIDENALK RAMPS) ' RAMP(VARIES) VARIES:20'MIN. SEE NOTE 7) RAMP(VARIES) B'MIN.-1S MAX. B'MIN.-15 MAX. r 10 LF OF PAVED ' DRIVEWAY REQUIRED 319'EXPANSIO 10) SEE STD.PLAN 102)( CONCRETE SIDEWALK w � A w 0 0 o w, w ( .) 6 SEE NOTE 7 CEMENT CONCRETE SLOPE iYP RAMP WITH TYP B CURB GUTTER ' (SEE NOTE 3) 3W CONTRACTION JOINT(TYP.) (SEE STD.PLAN 104 PLAN VIEW (TYPE C3 SHOWN,Cl&C2 8,C-MAX SIMILAR) (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) IT MIN.-1S MAX (SEE NOTE 7) F MIN.-1S MAX SEE NOTE B(IYP). tl 10'MIN. i0`MIN. ' 10"MIN CEMENT CONCRETE 318'EXPANSION JOINT(YP.) SIDEWALK (SEE STD.PLAN 102) SECTION AO ' 112'R(TYP.) SIDEWALJC WIDTH VARIES 2%MAX._ ' 10"MIN. DRIVEWAY SEE DEIIA1L ON STD PLAN 1042 SECTION BO ° s j CEMENT CONCRETE CURB 6 GUTTER (SEE NOTE S) 10 LF OF PAVED ' DRNEIWAY REQUIRED ".EJ;WWM NoumiC GCfTrER CEMENT . SHEET 104.2) •CONCRETE SIDEWALK K + L TYPE C2 ISOMETRIC VIEW (30''W1DE:COMMERCIAL) For.NOTES see sheet 104.2 D*Zro CEMEN T CONCRETE DRIVEWAY STD• PLAN _ 104 PUBLIC WORKS ENTRANCE - TYPES C7, •C2� DEPARTMENT C3, and C-MAX MAY 2009 BID M34(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:14'MIN.-20'MAX. RAMP(VARIES) , 8'MIN.-1 S MAX. 8'MIN.-15'MAX. 10 LF OF PAVED DRIVEWAY REQUIRED 318•EXPANSION JOINT(TYP.) , (SEE STD.PLAN 102) CEMENT CONC.SIDEWALK f L -, A ' O O " SEE NOTE 1 CEMENT CONCRETE B CURB&GUTTER 318'9WANSION JOINT(TYP.) (SEE NOTE 3) ' (SEE STD.PLAN 104 PLAN VIEW . RAMP(VARIES) 14MW RAMP(VARIES) ' 6'MIN.-15'MAX. ." I,MAX 8'MIN.-15 MAX. SEE NOTE 8(TYP). 8'MIN. ' G'MIN. 8'MIN. ' CEMENT CONCRETE 318'EXPANSION JOINT(TYP.) SIDEWALK SECTION OA (SEE STD.PLAN 104 ill"R(TYP.) SIDEWALK WIDTH ' DEPRESSED CURB 6 GUTTER VARIES- 2%MAX_ (SEE NOTE 3) . 6'MIN. DRIVEWAY SECTION OB 10 LF"OF PAVED DRIVEWAY REQUIRED sue• i K "CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) CEMENT f CONCRETE " '«' DRESSED SIDEWALK 'O)§RB&GUTTER ZSEE NOTE 3) .— 6 '' +TYPE R1—ISOMETRIC VIEW O (RESIDENTU4L) For NOTES se e sheet 1442 4�Y STD. PLAN 104.1 e PUBLIC WORKS CEMENT CONCRETE DRIVEWAY =`� + DEPARTMENT ENTRANCE - TYPE R1 F MAY 2009 . 1 " 'Cp w CEMENT CONCRETE CURB 6 GUTTER (SEE NOTE 3) 10 LF OF PAVED DRIVEWAY REQUIRED •. ' r ; z CEMENT -,�EP_Ei�S E�:�ONOL.RN{C . CONCRETE CU(iB ` SIDEWALK ( IL-THIS SHEET) w F"` • ar i1q (� TYPE C2B—ISOMETRIC VIEW (30'WIDE COMMERCIAL,WITH BUFFER) NOTES I. When a Type R7 or RIB(residential)driveway width exceeds 15 feet,•construct a full depth expansion joint with 3V joint Her FACE OFCURa O CURB DETAIL along the driveway centeriine(see std'plan 102). Construct sue© SEE DEPRESSED expansion joints parallel with the centafte as required at 15' CONTRACTION JOINT 61rr ONTMS SHEET' maximum spacing when driveway widths exceed 30'. S1DPLAN 102 610 11 ' l 12'R R ROADWAY 2. See std.plan 102 for sidewak details. N 3. 'Curb and gutter shown,other curb designs may be specified. 4 t . ` • 4 M f �Y"' See std.plan 101 for curb details 4. Avoid placing drainage structures,junction boxes or other — obstructions in front of driveway entrances. 1•_� 1.6• ' 5. The engineer will design all driveways to Include elevations at all NOTE:DRrvEWAYLONGnUDINA_E PANSION points marked with symbol W. All elevations are at the driveway JOINTS SNAIL BE RILL DEFn1 finished surface. DEPRESSED MONOLITHIC CURB&.GUTTER DETAIL 6. Driveways not constructed as dimensioned will not be accepted . ' by the owner. ' 7 a. Width of Type C11C1B and alley entrances shall be 20'-0". Width of Type C21C2B(24ane commercial)entrances shall be 30'-0". Width of Type C3iC3B.(3-lane commercial)entrances shall be W-mo". The expansion joints(see std,plan 102)shall FACE OF ADJACENT CURB be spaced as shown ln.the.coiresponding isometric view. b. Maximum width of Type GMAX or C-MAX with Buffer GUTTER suRFAcE (Industrial,Warehouse,and Shopping Center uses only)shall be 50'-0"but shall not exceed 40%of the street frontage. The 7•R ' ' o 'expansion joints(sea std.plan 102)shall be spaced as shown in the corresponding ndin isometric view. ° 1'R '> 6. Slopes shall comply with sections 830321 or R30322 or •° . ,• ' •,°' ' ' R303.2.3 of the Pu6/fc Rights ofWayAccess Guide(PROWAG). •' ; '• ° 9. Curb returns for any Type C—MAX Driveway may be approved on ' a case-by-case basis. DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Driveway Example: TYPE C1 B R=f2esldenffal, C=Commerdal ' Number of Lanes, J (MAX=4 Lane Commercial) B=Suffer g lantlng Strip), Blank=No Buffer rU4�Y o STD. PLAN — 104.2 PUBLIC WORKS CEMENT CONCRETE.ENTRANCES - DEPARTIffNT NOTES AND DETAILS MAY 2009 I 1 BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) , V MIN.-15'MAX 6'MIN:-15 MAX. 10 IF OF PAVED DRIVEWAY REQUIRED 3Ar EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) CEMENT. CONCRETE SIDEWALK ' uj MIL LL m Z m Z •d 4Y A SEE NOTE T 13 CEME�CpGCCRETEE ' (SEE NOTE 3) 3B"CONTRACTION JOINT(TYr. (SEE STD.PLAN 102; PLAN VIEW , (TYPE C313 SHOWN,C7B&C2B&C•MAXwith buffer SIMILAR) -(SEE NOTE 9) 1 RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) W MIN.-15'MAX (SEE NOTE 7)• B'MIN.-15'MAX SEE NOTE 8 M-P). ' 10"MIN. 10Y MIN. CEMENT CONCRETE 10"MIN 318"EXPANSION JOINT(TYP.) , SIDEWALK (SEE STD.PLAN 102) SECTION .•AO SEE DETAIL ON SM PLAN 1D42 1/2"E7(TYP) SIDEWALKAT. DRIVEWAY ' VARIES"� 2%MAX_ 124:1 V MAX • 10"MIN. , DRIVEWAY 318"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) , SECTION BO For NOTES see sheet 104.2 ��Y O PUBLIC STD. PLAN - 104.4 o� PUBC CORKS CEMENT CONCRETE-DRIVEWAY r �, •O` + DEPARTMENT- w ENTRANCE - TYE' th Cl B, C26 �, C3B, and C-MAX BUFFER MAY 2009 1 i t • . z 1. 1 D LF OF PAVED DRIVEWAY REQUIRED „� p� ONOLTIHIC' CEMENT . R R AIL,SHEET 1042) CONCRETE SIDEWALK 1 CEMENT CONCRETE CURB a GUTTER. TYPE C3—ISOMETRIC VIEW (SEE NOTE 3) (38'WIDE COMMERCIAL) � y 1 � CEMENT CON CURBS GUTTER ..�3•: � (SEE NOTE-3) �t - 1 10 LF OF PAVED ,t DRIVEWAY REQUIRED CEMENT E ONarmiC CONCRETE '&L;l1I f°TER 1 SIDEWALK { r rAIL,SHEET 1642) a t`s a. .r. ° TYPE C3B—ISOMETRIC VIEW (38'WIDE COMMERCIAL,WITH BUFFER) 1 CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) r ' 10 LF OF PAVED DRIVEWAY REQUIRED _ CEMENT ^ ; CONCRETE - SIDEWALK xk� r CURB&GUTTER MONOLITHIC ' (SEE DETAIL,SHEET 1 D42)' ar TYPE C-MAX—ISOMETRIC VIEW (50'WIDE COMMERCIAL (WITH OR WITHOUT BUFF For NOTES see sheet 104.2 1 Y 4� CEMENT CONCRETE STD. PLAN - 104.5 + PUBLIC WORKS DEPARTMENT DRIVEWAY ENTRANCES O ' 1 ��+.�,T - VARIOUS ISOMETRIC VIEWS MAY 2009 o a�cru.a�eeuwam��md r p g :aa•mr�ererAUwmsnuiv P ' �c Y ON C m •� ■�mrr�arrrmi�uuua mer r p � m OI m m L° c c E$c 00Y 8 . d F `O 9 O e - e e W �O A C. 0 if m ' .4t ° q y a• � s ° c' c � E YJ�1 QSS d� R m c oa S m E- & Eg �mnma vE o egQa Z k QR p cr3$tS 8 'd o°e o a Sem m °ae e3� ° `° mmm Eck c IRS � e L° 'tie sl m e° m m pe sq' W :v° .a 2 .0. V cE a E tx Z■0 oEcig �O2 atl ON vm .e a- ' - R a:! AU. ttrm t�' �g @� e mm ° 02 88 m0 o�m6 .i 8 IL 91 'oc wli. 9)CAN 1c{ Fc99`o oar a°1 O6 Z r !V l+J AG fG fz V JJ INN z W � Ed W �s raau �°gLa > O L— � � �� bum. �• � ZS � 6 O �y 6 r e a m ON Oi In C3 a a O� O m IN m 0 e � - om an} 1°� ' lb J = go �.. NAN g d Ot - < -g � • 6 1 ws1onamwwicor rommti � O m �ruouworemor�owr�rwurr C Q �O�ar�lmvwrelsaYMdrl�wl��a �P 'O �tQ ua�'rrew mavnanraaw+m {'j 3 �2 �,cm m m uwsrrr��w�rrm�wrna aer m C nE Esa E$g e ��D 8agy O d. .$ <F gig 2. is r � ' «�"_ i� c in 061 4i Eea £ a VE LP 1 naa 88 c� �o gp gig a w m to r ,, 6� 232 72 S 1 am m e c� cV S mU8 � d W . 2 W t m° ' m° 1tl a .B a e� � °a � O m e ex S° tip a�ot� m m °z A.8 9 3a o°m wa H� �ss� cia m w om { ,. F 1 z r r4 6 O 9d m n id �m j raw W } : 1 w G lu z � x t 1 � ` 0 IL lz= �• s Ur2 Uw Otl aW � A a WZ 1 ff�� L = W fYTI 1 = o 1 Lu Um I m o 2z > d W o s o W � W ° ' b 0 i U in lu _ b d�, Rio IL 1 1 a�simau{a.oaawamr� � ' Y So . C m O o c twuWrrrrrrssirisrrrvrn rm{r 3. A `2 o oo Z r z c $ @ CL E E8 21 06 c t °� 2m 2' °� ' a vcuti A. E d z 7Q`e o E S � �' N`M pR��Q Z O m n 0 € _ �g a� z' C a° °sue s� ��� 0 IP c° n Dr`E r`2 6 oes' gg22 � J , 7°°€ 2{ne °a° b ri! c �s�n g3 em {pii— LL �1S E E � 'o oa m� € $: : Wig ° E m mm } a c c °EV ED gg E _z -el cL EC Z W lei U W fq m o y°, f1 II 7-. 7W111S SOMJ mW Wz p`y'W mpp �¢_ m W W 2 2 m Y { _ byz77�� t t t t t t e>? ON d tm •] W _ o 9 ., _ W I O m OYFC m � t Z!5 J I' � 070 7.CSrF.Sr�� 1m_ I G F02 W K C 4= CF 37R�1 �6W ` w .� b o�Ymm S�W M. ; �� 1Z 2Z 'K 01z i W' a t 2Z0 V �a 2fa �¢ t mm P. ao 7 �m y7 Wul YY GI m Wpp ° °. - } W ' co 1 41 " z W o d b �xoZ t m CAW ,M,WhM;M NMVW 1 amsea�momaranar ram�ol r C e71 C 0 �w1a1a1nr�rmrouMrwnrr � F o�r�tdvd•ole>arrarr�raa � dL C V d O �$C uaertir�osa wareaoior�w�n b C �romri��rrmr�wvan aor v nm E3 og 2 9 m O c w so, 3: E `o — 7 S e rz cr] s H e 0 O.me Y mm em 'g¢V W _� Cam' o ^� c ZI d 03 m nS R$ED mom mo n 'a- Cgo E$ »° ro m'r. P4 v ug E —a — m rc °! 5 m E ��tS bra a vm �a �� = fug o oe �n v� /m S o ~ 44 O `Q , �S c gip c°a C o zW ' q :- �j lee Q� r3 ' m 2$mo v F W i m 3 c•2 �j gg gE�S °• .e p E.�p m 9_ ag'� o _ 1 e ow� `o tip a'-0 9 E a n C a m m £ E p B W mVO♦ . Z N P) f0 m• r m J Zell! O m 1 w LE 1 � d e LLO e)d m U1o2 ¢SS i • �SVc ] V6m 5 6 _ i < wd�d•.p b F`rp W Q W O Z UZF - o n lb $ pd .�. O FI > I lb LL O F CSa/ pp 15 1 4 jj 2 W p m ¢ m IL W E$!�. � d W � !. GGG°1ll 1 met 1 �V < t)� ' d Wo IK zwe o�l� o yyb mm$ p m U°W all, l J i =�m Ll y, Yl O Imll a Eo � W, z m o z _ b 1 _ gE d- � IL cL y�m7 S i dh LL m 825b d li •+ _ 6 p b _� ti _ l �� < IL ra � d Q--- _ W 1 e amuiawmMUw�anrxow wrau �• CV ' v fim - E m - ne�awouinmeo max 0 I� fi m _$m 0� �dj �' N6 ;V z I W m Z d O FL n �m m aim o: ^� a IaL g LL R u m =ro. a $ �Yld y �� 40°5 M& IL O O� E o CL o 0: CD m L �rU p W N z amm C A�$ m N p Y E a m L.��$F EO O �.c chi b iV �LL 1 n b H f� '0z _ G -CV Opp 33 mmj 0: VW ' W E LD E �E °c Ogg E �� �W d�a m O g L° C a o N W m g 0 v ' L° ag 0. J2 0 o 'a o m� 9 £m mCr, < V y� mf F � _E�IE m mrn d"g� d C 1n< Z r N (M Y I(f fC 1-: aC oam z.., 00 =3 S Wp I�Z RLL� YZ O �W Q ' EEO zaF U �0 KO 0 mmUZ 1 N ~ LL '°1 x 6 LL W R V Z ro z b �� 0 VRN �a = LL z a Q S m a� 7 0 °d w Ir Wmm SS - Ya� ° w WVWzW- aW� SV. J 0 mN ~ LLW N W S z a C a (',) (/l p N Z OHN W p �Z J g w Q b= WIN m b1 !2 zr A'd G V'J O tN 7 F ?>aT� O z Z ¢a Cz ?ww U j a o �y a Sa < z a 23 x� µiwi F p d S ma' Y De ' zR vz F p a on m iz O O d Sc Z 12.gam °w c 3 µg1¢8 o f � XVW,S� 'XMW 9l a3 aWrJ cNaWi ° g �¢ 'MW9 'NIWB 0 2 ' m Uo V o � �D s2W•. C C N z I N = Q ° m ywy Q a m tl a W R J LL Uz J 0 a LLW W 2�a � W N F� Q Yw 'n °dOF W O ` G z �qW d TO C7 W 1� 3 =W O R f° ' pCp1 O fLL-.1 0 O< - 1�> zN O�j -tq 0 O F� W 0 U O o �'1 v � ' -r— ° Nu o z o .. q rc� W 9 °d . �m` oZW FR Wmm < J QQ 3 bbyW WO z ^a1�0 LL V GJ om LL WO ' N U ' 1F1 m S W O �m I F LL= CNN U a F 1 q VQ m I e0 w IL 0': V� U w CD 3Oda`J Q m U ° ow ' CD K Z YN � U mo �oU 5 ��x ° _° C �za p o vz z w �IV3ae o h s = ° W W aIY�y a =0 w�2 3OVaO O9 O ' 0 0 y t.1 W C1 w C Z �aa K ui I w C • pRN GRmb m1ay LU a m I R j LL W WQ ?F It z V C�CZ_ J�aC U ' ///!!��\ RC m i ZO LLW ;5,z T 3 � U ; �... R UQN 6 < UY m Tmccn Na3J WVW(l ' r I1f1 O LL m 1 a a0 m W I I E-4 a Z ' W z z z :. 1 DO I a 1 ° Z a J E- c Z e I O 1 q � m W > ' m O CC. ; U Q 1 I I n I ` t 1 t d u j t � N�IJt bl� F'n n _ � II I — �— I �� I I '1S H10 I IN . Cd 1 Cd I iJl CL 1 � I ► I I a m _m t r� I r 1 I cx % o - � � 1 i J.B. TRAFFIC FLOW Nu ¢ Q rTRAFFIC . J.B,. cv FLOW � cr 43�kR+E*pR*=jVE COATING _ R6 'liE TR/€F1C pDTECTOR ' 1/2" FTk�1 MANUII}4., t98�• � LEAD-4N CABLE 2/C ' SHLD LOOP MVIRES • r METAL TAPE OR *MELD ' • COMPRESSION AND SOI�EIt CONNECTION. rwar LAYERS OF SPUCINC COMPOUND TAPE do ONE LAYER OF FRICTION TAPE , INDUCTION LOOP WIRING y ' AND LOOP SPLICING.RETAILS nn. ADOPTED CITY OF REttTC�N SrA"ARD i-L&HSS- zyx .- -. P� 1 VAR. r •. LOOP WIRES + X 2.i/2" :. CRAFCO TYPE RUBBERIZED ASPHALT LOOP. - X i/2" OF DEP'WH' FOR EACH T1' STED PAIR 1 NO TWIST EACH PAIR 2 TURNS PER FOOT FROM• PULL BOX TO END OF LOOP, 1 -HREE TURNS.OF WIRE IN EACH LOOP, AS SHOWN -ON DETECTOR SCHEDULE. OR AS rVRECTED BY THE ENGINEER. 1 `INSTALLATION AND 'TESTING.70 CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL ' n;�ob ADOPTED { CEiY OF SE2iTON [ srANDim PLA F D� 0 vi CITY OF RENTON .PLANNING/13UILO(NG/PUSUC WORKS OEPARTMEN-C VAR_ Y. f 2�t ` SECTION A.-A C' T a a r- 0 U�. �1 vj Q t i � It PC NOTES RISER RING DIMENSIONS APPROXIMATE 1- Dimensions may vary according tomanufacturer. A I ts�l Ur 3- 2 Base to be placed on a well compacted foundation. CASE 60 LBS 3. Monument rase to be Installed by eonbector. COVER 19 LEIS 4. See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place In TOTAL 79 L86 T O.D.gaivanLwd pipe. . 4 5 B' R CONCRETE BASE r> •° 111' DIAM.Vz """"ill a . •O 1 3 1 4' R •° 3 7 R. • n 334' R s � ' c . '• •'>•• � SECTION COYER •°' 5 1 4' R ' 4 3 4' R 1 2' ° I o PLAN VIEW ACP Gass B, or as approved by the'Engineer. I .'.I 1' 3 4' 6374•R. SECTION CASE qb •s '~ C CONCRETE BASE �\ ` 1 10 11Z DIALL SAND iV 9 1/2- DIAM. ISOMETRIC UNDISTURBED SOIL GROUT 16' STEEI PIPE—NHOTE4 wl.. A If L_ SECTION INSTALLATION B• DIAM 9' DIAM 1 4' SECTION SECTION OF LETTER RISER RING �Y STD. PLAN — 113' PUBLIC WORKS MONUMENT CASE + + DEPARTMENT AND COVER FAO JUNE 2008 9 m FRAME AND VANED GRATE 1 SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE GROUTED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION. ADJUSTMENT SECTION BASE SECTION NOTES 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE GROUTED TO FINAL GRATE UNTIL THE FINAL ELEVATION OF THE PAVEMENT,GUTTER,DITCH,OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS ' GIVEN BY THE ENGINEER TO GROUT OR GRATING IN PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION T-05.3. 2 SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. ' 3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIORTO PLACEMENT.. 4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR Y2 ' BOND. �Y + STD PUBLIC WORKS CATCH BASIN INSTALLATION ' PLAN - 202.00 O DEPAR'T'MENT. �F MARCH 2008 I PATCHED AREA A A COVER SEAL WITH AR 4000 OR ' APPROVED EQUAL AND DRY SAND AFTER PATCHING PLAN , N TS 2'-0" OUTSIDE DIA. 2'-O" MIN. 8" HMA CLASS ' "B" OR AS APPROVED BY THE ENGINEER. MORTAR JOINTS) •(3/8" MIN.). ADJUSTMENT RING (1" MIN.) OR SEE NOTE 3 AND SPECIAL BRICKS. SEE NOTE 4. PROVISION 7-05.3(1). , SECTION A-A NOTES: NOTES (CONT.): ' 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A 3. ALL JOINTS BETWEEN THE CONE, ADJUSTMENT RING, DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME BRICKS AND CASTING SHALL BE GROUTED. PLUS FOUR FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS OR CONCRETE BLOCKS. 4. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF ADJUSTMENT RINGS, 2. REPLACE EXCAVATED MATERIAL WITH MINIMUM 8" OF HMA BRICKS AND MORTAR ONLY. BRICKS SHALL BE STAGGERED TO CLASS "B" OR AS APPROVED BY THE ENGINEER. CREATE A RUNNING BOND OR 112 BOND. THE USE OF SHIMS IS PROHIBITED. PUBLIC WORKS TYPICAL UTILITY COVER STD• PLAN - 400.4X DEPARTMENT ADJUSTMENT FOR PAVEMENT OR OVERLAY MAY 2013 ' - , . - �, � .-yam. � �', _ ��, fr - .. CENTER LINES o ® • e • • . • 0 • o e ® o • • o o ® o o�- 4r� 3'�- ' • • o 0 o s • o o v • s o e • o t ' 30' 4" YELLOW TYPE 'I' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 9' 15 3' � , 4". YELLOW TYPE I LINE MARKERS SINGLE SKIP YELLOW CENTER LINE . 4". YELLOW TYPE 'lid' ' LINE .MARKERS (REFL.) TWO-WAY LEFT TURN LANE e • ® o • • e • e • • • o • e o e • . �L4 • ' 9 15' 3' . 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL., 4 YELLOW TYPE 'I' LINE MARKERS ` , ® e• • e e • e • ® • • • • • . o e • e • •- • e • • e e • ® o • • ' NUMBER OF 2-WAY LEFT TURN ARROWS . . SPEED LIMIT 25 MPH -- 200' O.C. SPEED LIMIT 30-35' MPH — 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C.. + A + PUBLIC WORKS CHA11 NELIZATION PLATT 109 O DEPARTMENT MARKERS.D ETAI L �s MAY 2009 ' APPROACH LINE 8" 24, 4" WHITE TYPE . 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF . ARROWS 11r APPROACH LINE LENGTH ARROW LOCATIONS OR ' 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 1 a : s asa � 9' 15' 3' 4" WHITE TYPE 'T'' 1 LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL) LANE LINE 9' 15' 3' , , ' 4 WHITE TYPE I : LINE MARKERS 4" WHITE TYPE 'IIe' LINE MARKERS (REFL.) + PUBLIC WORKS CHANNELIZATION STD. PLAN — 109.1 o DEPARTMENT MARKERS DETAIL MAY 2009 • I z 0 o 3 • �, - � ' III • _o A b CM n L_— G SL 1 t O C-) V O A .� o n - aa LLJ Li U " c -ail cn IC 44 3R vb ' - 1L1 - ca C Q eI r We T [ • ti U _ 1 1 a • v ci Cu - ►-. V7 t _ cl jo EcIf Li • ` i r ji: ;t•- �.•_ '� � �,�¢*Few -1' . CURB LANE LANE LANE CURB LANE- CENTER CENTER I tt�t IN. I t . LANE I LANE • I iI_ I ,� . _ F 7 ! ` rk 24" I ( 8"(TYP. 6",JN.(TY':) b8"CTYP.)-Sl-Rl"(iYP.)-)-OP ( o.) LANE LANE CONCRETE LINE LINE GUTTER 1 TIRE . I - LTRE LTIRE � TIRE - TRACKS TRACKS TRACKS TRACKS OADWAY' CON FIGURABON. NOTE: ' FOR ROADWAYS .WITH MORE OR LESS .LAMES, THE SAME CONFIGORATION APPUES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON. - Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE. TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAUd 7. Y U ADUI''I'ED G CrrY of ReMN •± STAKUAW) PU1NS 35" 31" 13' 4'-5' '..'. .. 6,_4r 6._5.. T-6. 5'-6.. • BASED•ON TYPICAL'i i-FOOT LANE WIDTH. ' i q THRU & LEFT TURN ONLY ARROW DrTAIL , ADOPTED - G CITY OF RE NMN " « 31.. 35", ' 35" 3' "1 1...-, .V..; *< i -6'• 9'-0" S,_4.. « .B'-6" 5'-6° BASED ON TYPICAL 11=FOOT LANE WIDTH THRU AND R[1:,HT TURN. ONLY ARROW DETAIL. t ADOPTED Crrr Page 396 2009 Edition ' Figure 3B=29. Pavement Markings for Speed Humps without Crosswalks OPTION A OPTION B , q of Roadway � —12 ft typical —12 ftaypical ' �6 ft-» I i. f--6 ft--� t I Center of t travel lane I , 12ft. - 12ft typical typical Center of • � . speed hump i I I ( 12-inch 12 inches 12 inches , . . 12-inch � white white markings markings OPTION C ' of Roadway Legend -►Direction of travel 12 ft ' f--typical Center of �-9.5 ft-- ' travel lane Center of 12ft speed humpy typical - l i 12-inch white white markings ' 10.4 inches 12 inches I i SecL 3B.26 December 2009 co ID Xs ca Nw6b IL CL vi Iq cc e' o� e iTf�PD�•�I�■■fp�/!Y �i rya .tea rf.LLfy IAn ara SL" aif r. !'1d _Asa o t ■yi •� sib � s.i=is iray s u! K ie�c4f��9.6■a ra,�i11f•3}e av fu aa•■1•■w■■af' ■lf■u■a!/l/■■w■f sf u■i �uue■eai l ■ou/fRJ.$!o.i■a••u■/� ui Cd ■wanrarf■o■uuo■u/. `' a•if •u■w■f• 9L •vf o.n Tf vjaao aw ..a ._.. ■/a■.fsaaaa■a■!•ao■■■w•.6ve.■��f oaaaa� • uu�awaauu■ouf/■■RC ro■e■af_fgv■wu rt� .,f,;?.._-- �f • on=« •7lS�••a;:%"'rte,':= .; .., ..•..;;�:s • a4/v$So";�^•c.F'93iiQ.49�i$?'SFI14� Lil ■1L•alS7{�r_'r �•r6A4aGf piSR�fa■ CL o1e!•.�• c - . u■.aa�afw.Yi=p' ynlfa■f aewllew ::.�:., a !aa• ■w �n,.n"3Ft. aanfaa!■f ,I o� p ; ''• wo aaw.j■•••faLeaMiti�aavf•■■uit =.�•. wxl=- -rJ�n.' � irf 3tiw99rJla H L- N - [• N L .0 o p �i - Q L O O ° E L E Qa s 0 8 v W W W O a W a O t o. C7 ■ e C ( O �[� N O t �•i Q CL C ` CL o T= r o •r o } mo o +g ( a T a t 7 a 00 e C t a `i O [ - ` N wa a a L W r t ( ( [ $ 3 T F. O- L r # o match um A .2 o o ( [ a H H V N Cp o • , ul O J J . 1 , ( r CL ik T �• �• ,Z_ LLk E' t a gn 0 o r L [ [ ` O N <c Q C3 ( -' o L IR . U. . 0 . ID CL L N °FY [ r c� t. t yr La O f/F - N ■ [ #e # LO ' � � J� OC • Q @ Q n L CL a W o [ f W m [ CL CL m G o T 3 I tfp L O 0 la en V It d t r ya a 7 cull Va 4-Ort t ' a � L Ft Match Lim A. 0 4 p CL C i PVC Ck la N 1 "` r 1 I t l• ft� y `! ' J O L u N . . 1 1 y o J a, ( W klatch Luw W Z ---- -. .. .. _. L c Y 43UI 116PAZ 'I S E a Ja m L l CA. ui a C C. .IE . • m C J I or p Y [i O CL o a E E N fC C O C ID • O m L C i c ' 1 t m. W `�1 V r o n -In 40 Z W d ` m �l� ! � C p C 9 O > o d l 1 o a a o 4p n o a CL 0. LA C 5 N 3 1• L _a match Line A t V• L . N y .. t N V7^. i . _ f O 1 V V Q O Q ii W W C W 1 -•` IL 4-- y } O z �- m C n v n = it . L'o I J } dew t rL . s L 9.j I /I N • O• I L H } ` O o v CC d OL 9 46 lop y L O t _� ( C • .0 4` O � 4•• tea. I � U o ' • o O o t ti } L _.. — vti—__ �,. _� tL g . CL tu - o o. • 1 V I c t{-- d -ct( C Vim. o n E (.. '4 to ( ( C J ° E E C l o t o a I [ L• a n c m C V Q 3 tai y ou(l �(°�aYY o. I v t c m W m vi r .I t om t- a�i + R O W Y•. O F O W .V. 3 .. - a Ld ui t=tv e� g ttl -j CAL CIA- ct C3 �4 F J FW MS ld F J VI < WOI ! . ' W 0: C M log V1. tar U ' O ¢ y N2 O FOw- yaC V' !U+- =W J F ifs lot- • a� .o to a� � 2 8 � 0 �•4.•+W ♦ti t F La COi fit 11, $� IV !:5-tr 0.ki f`� ■ ■ i n vt ! Z E f ■ W Fi Sc< 7. C:I.F F2 Ti s• � J . W� 4tK +tiY «.! W W O 44 �i 4 k ■ K S0f��• �'J aGtCZ: 2 E 3f E Tc�: i � NV F dS9 �~ tn WPJ• •X00 W &0.- �'cW 0 0 UM. 1©S W FM- aC law:; O r _ �� JO =n W �Go O W Q.C�.yy�r(e N W N ,.,a I.-U 00 �F*• MIC � O Y i W2_ W YZ CS u m c.] - � '` � z cO-•= yU 3s� FJ2 ldtt!• ©u..W W N G ZW S-61 W-15 VIE !4. 0 D FMK <J -.0- p!< C3 o &a < tawn Mw F, 3SW0 O W NC ItU YJNC f>;QI NF 3a01- fY of � •� F- O . . • .. • MO = � K AD Do • mil[. A Y QQ F _._.-.._ ....._ ..... �JL•�.�_ .. .. ... _.__.. _�__ W �F H � . W J- •• O U Q< _ x N F fa•. UTC..�z 4. b O t U= ca c Ata < < F tr C� H Z. R A NH = y d W 2 aW W Y N WX F-+ • ' I U ' N U2 .ct O .•� �< W � � � � rtj'ti .� Y Z ZQ � O IL.-. VA x C 1. F�� -! O ��d' E- tarc �_¢ = o > x I . o ^o a W U_ Q co lLd A a ,r .. tto�� C3 i 14a~.= JW i ,..0 � y �O wS KN,IC 11 "MA • OtQ- T 711' ccW <r1i !-Y J WO Z . W QO S�'WS O f MOO•- �rW I in W_ in u f :' A wX tt W La O • , O p WO ' ts p i � ago nx •° � V �Q yyWi�O•. �, pp L. s IY_0 C pp GRJ 4. ~ •a. W oel Q N w 0 Z * '1S KlVK •1S K-IYH ' I r i •t- N - S Vl W W d Z _ Mh w C Cl G� S M m O 4 . ~ J tJC O - M/ on J W 0- Z ' • Q S ui Y T J tv < N W O 2 O W ritf�, Z.'z O x M ci _` . � •g oy a Z.a. ? c m ac W pig x o .m p s m ! t- a .c( m fO7 .W< 011 cc Ld mv! z �y 234 W W~ ..U...��0� H � WJ u p $ 4 a O to OfIIC t i 1.t f- IOW! & eNd _J2 m No 9uU, N O O C S] � w N d s 1 r O J; o T C . �a am . _ " _ _ f •K� o .zip 'F _ U En IF fin 6 g {{ 0+ L••6' O ]� �Wwz�iG \ O H '•17 � ._. _... fa - o a O �• - 6 . R' s C p O 1 �-W N 0101 • C .•rY.- F- W 5. o f r;- X-8 • H J w D RD Y O 0 Q � V Ui2 .0 C O m N • ~ .. O_ II •, • 4. O �s f••s -- \� � N (> x < oz C •ar \��y G J N F. a- W O Yt / @ H �C a a It a Z z vyvf.J o ►` e, O�� < 1� W LL Q Ci ! 1p 4 Q v ai S r u�l �.c4 o a W V 40 Ic ' -rtsN- o � g c ae a- ai Y JQ7 A t N 1�< O7. S ca wf Ld K ter C y ` i k a F X!-tli CifC•I � O N r L WW OLax W.F H O S J Ny C'f -+ - i �■ ca ' � .. N r1 1k< # J so ' 0 k — ` •�. t z ' r @ r y9 c • i^ X.' ta= SW ! ci NY`s C - Zp.p... -CU >� C] W rCle rr� N rW .N co v Cm, 60 M C3 ma cl 1W7'2d O.t t !-W I.- N Yr0 .. c� �� W Oo�C WO -j �x d _j • �. xO 1 Vll-- ru ' mpw o 0 32 Y k 1 S co CL C� o ~tr � CL p NOQ 0 9 La o �"�1 a0t~/! .1 u �� sa' c wCi 0 M ' �•4 o ci s d • • N s"'- o c N °3c • cc• W -■ 6 F. Ff co Y .. d • Mtn �. ip•� ". 43 O on i ae ur C2 on CD ad SL ci • W bcM F' O �,y 190 W w ctl M He 151 CC ' N_ p Z r• �+ •",, X W cs Nt 4J7•x• C. = W W ci . _ Q V r►o O S S us C.D V) N Oi - Xr y� vG O 2 o y x w W 2 W `la r 0. 0c' ri V1 CC >` n C W,. d O n �y V! J O y{F1' � OHN 4! h� o S' rlff :ie Z � Z Z N O- F Nd� OOODDD aZY O ^ �! iJ W 05 f� = Y WAN SXOJ J W^V ~ . N �' o [L Wou u �o �_ �� ~ +e #r a. a T wid . uJm OLLI f3 dC C Ja W <v S -'O CO CL � C : F P a V O F-Q U U ^J {LYE OF.- WV = S �T{�,- t s� < W <G4. V lM .SN 00 X o �"?` ti Z E- a SWO �. ucr_ WJ !� >t r 1--.0 1l .� n r t� _ Q V w h V{iW W �ZJ'2 1a. � �' OVI mws yWy�10 ry®/ (C 90 o Z' r0. Q ` • Y• •W 4A d1!lM. �� t�lzti�i W . C WW J—W /CW .+O K(0z C.C7at yjE W w<. 1--= yJ ��. `1y kp ,�,may Wom us N X WO .Z.� ' � „•. N MI r N 1O N 11 .x, = QQ X F p x R g W t a cc <6TtIQ sa p 1 CL �- o pp h M n Id �a n • ' 2 W zu N O �.. x� , { W A Wr N tpp D •U (EO C1U Ln L^ � Q �. J •� �« NtC Z r pp pp f•7 - - p `U' O V xfLO WU Qg a t¢S • 7 w VO VW� WG V n X O .�. Wu MO VV d t w v v T S W 0. 1-tt! �1- w Q Q z °a. of o a acs ox m n riq. �S .2S 4 ►' O W W tf,,... �4. a„" m guy -'$9 s.' 7� td Q 'p" J h; N t- p J t O OO J 1 N JG N W O FN rte T� I:' N OW VI QIW . 7W J �j O Z O yF-• W GN SU J < V J<a < ��Cl r10'Fi� n'isS o f•- :5 n c V•r. CL $ a Z -KO G war t rW� U- c $ g fj -. �� F-0 cl CI- WD W «V STi, F. yl (/ �.... m WW< I=Z' J UJUR tsi pa yaC 2' m J i iF 4 ;=CM N 4m x g J, w C16O � 4.W � N it •' �. i y1wa1J `` yy�1 f � L'a .o. •.S a •� res W Wi0 Y •+ •+ _ N MXQO. 4 'W OCW J 2- yr+ 0 O O E W X J . !�.,�". a Ci W< !- W4. NN2 .ACC'! .rN.-. yy 11 r n Q O Q b N /1. •r W �O ' ' C9 O c z p WN „ - N CL ILP _ OF 8 ♦L 8 " � x z O !� .ONE •C„ o�=.r C7 c •�� Lr� ao an Cq a FW- rIpat� J� „7•• N i• p�. O x W N� i 0.13 _ OC , .. r gel H J t 17 C3 24 s 93 v C �o W QyWj f Dr� ...1 ~ � = . IL Me cc dt. W M -lR ■ 7 I F Q� s No0 W C s .DWI•- 0oWW ' }� p• „ N WKzG 1' Z R' 6• M . R CSq A 44 co C3 Ed ze IE �z T. --c -ji L p O ]C W N W< #.-?-, — O+G a IL a o tso . W M pp Q O u t Gm 2c JC K Y W N < d'<W O LL. ,n OI �[N W Wt N ' -+ON< 2 < 1'- .x = 0:2j: ./L O n S< m <Z N Q >• N 1W- S•-<3•Z UW m .0.v.. Z• V a ._a Q'O.W d M n 11N f1. ~W W W .... W a ZQ'N m-Jul J W ,,,•, p x N N O ti .-♦ g W OZ W- _ ' K W I-- Ia W W tz 8 F Ld of o G i1 W ��:x ti IjjQyr (!)Q Z a a o(Y-cr U- 09 ¢ EL -7 F cL CL w x •iy s s Oy to F- �'J©. Ul �y fStt in to, Vl UI O a W' � � 6 W tn- .-0 Mrs tn B'. W ?- J J z C4- .. wi • p K ell O E L t_ 0 N AL. iv ,N M ' O. p � O 0 C3 n w g 1 q i O W O ed @ IL . x Y O W` 1 ooW W O J • N p I CP N 0 0 Z Z QZ } CL o } Q x Wes' cl M J2 00 61 m M + a QUN h =I.- MW J gnw 1 O* CSW _ F F•W.• WH Z Z N t �YyWyyy - WO" ' wo COL ovw 4 s N aC I in O [ [ d [ W C• 1 [ IN 1 Ld M [ s l o CL bi-_I — ----•—•_ -- _ _.. ... W V � [ [ y� to r O U it SL F 1A O F ti O x N x O -V WOOC2 J ••' Q « N clad K 1v tJ<O .. F- I F Q Q4'W O �. � S•7W • CL 4 >Lw 115 z_ O Q k-VI LL U. � W p WF.-2 W }� w •07S s' f V KO x oK y t- CL 1 a � J. CL <. lu o�� NZ uj li r .e- 3z t uj S � �M N N .. i /Y d o p N N. 1 L H © N I c w �. OL V • _ V�d O N C Jji-F . t i 111 O m _ ,• N 0 n N W (1J � � av p . I ' � P Sao•' i y H Sz W x y ° $ 1°d C LAI m + t- L&I LL. W. y r LL. n r� y ° F- WL3 C3 cc �• W � r� � 4 �- >W g x W J LLI{=ya� „ W V CD 1 w cc a a o a � N . UM rt r¢i H p_ ?� 0 S U e t-i z O O O. R6 0 Bit W $ rO$` c� ca W W�•C. k � t �< H �r 1 to �o / tH'�lin / m / • / t Rif, �• 1 1 �ypf 1 ' 1 1 1 1 1 1 � 1 1 I fr]• i 1 1 1 / w.i F 1 1 • W pZ.�i W 1 1 F i yR*� C7 V1 1 1 W . two a, RIX W 1 1 FN M I - x CA W 1 J x z 1 1 p O IA F t mcJ 3' %-a <= X .-. 0.Sc V d W J O S N 1 d N - N o 0 rjrk v V /Q O N tn to Z 1+ ELI W O r Ta VSa ` FIt'Q Q. f?t O H _> >W W a X ~*� tM - A • � i _� �F�Z zaiv� r J J<�VN U N ! v e J S 1 J �" y 40 j r 7fCF�< .ICN7EJO N,� m Ou. { a a F K ' O. Ulf-- Z &a 4n W g� W C3 J HO IO. —I-WW w• a1_ ZO VfQ`kp-, Nye .� L Y W \V JO yy��ON t11w ' n.-- CiW_�p aa.1 M qn cw —< TWO FZ 2 W KI •- N ~f -f W O 0 V in cx us � r o w OpJ O ~ 41 C J V=� O .. O' Z W W m N C S 00 m F p r 0 X La U V a[ y4?� W O 4 ujr p Z� o r h trt,1� p yyr z Z N Cr 0 F- e AC 4 --1� Y . J 1. • �*_ - _�� I ., UHOO C _ . x �. ■ L ' R o moo ` •. F r V,VJJS Rg a s Y vt MW y as • Q m � n ,r W -� • �7' � 'aKtAW 1.1.1 j• .J „ n 7 G.73"'J. r.t f I U- I= n° 1 W spa ' vl WO'IN ��n jO.� g o_ 2CN9YU n u .. 02K►+ •�.l� i n K ^ f� • QQo C $ N O<W.t e!g O ms Ld qj o z, �F Iu F ■ X aCZ ' ma W .N1 r d 0 v zlf6 Wz ulog . (.7~ Uzd' �C 0 �1 r SW S O Ld 8a' � p HI 1 F WtV WKN O. J `I < W >O�.. S _. G�� be' O< (.FIN U= or II d CI V J O FW FW cc r - ~ J L�.r J N FW- If d<I� p % a ■ .. o 6 6 ■ < O i i o 'o V at cs co Z Ld O .. a" W Ui [t J 1 v51` O! 'yip W ELJ ' s 'o°z ° Q n ¢�� s Ln . W N IL m o + ' J : ! lal� .l _ ds 9 L, N •Z N g N Y 7 I+Yc N'r QTY -� OL C a till, t W L� X Q , az ac CD CAz ', �O . W� 0 x ■t k <W �yX x PRO NCB tJ N V� p�dPC N N la 4 t�s Of ox co T Y .Z x _ N O W 6 y�y W (,fJ y (7 Z d W M S d N W O d Z �b • o . _ r ' z Z N Zn 90 C. �'�. •rte� � w o ui ©W p w LL.Q ¢ lu CIO t �+oo •_a• c ~ IA .. < = 9L mO 40 ISii WJZ ` iF d 1 1271'Ov N Y U1i W 4A 1= pS • 1 1 � VI JJ2 .F�N 44 9A us W x 1 a - F HNW WI:�Z E M R � N � � �• XJZ Sa•~ o• d u W e �oN 1 1t yxj .LLi00LLW.-- C A 1 LLS o W d a s L A • ��s �. i.. .c oKi .: J : • W ~ SOW ... .. .... •� gg ..i�nnn pp ...-... --•--- .-- - _=-_ 1 . it it A 1 j '1 --- _ _ ._...._._. g -t1 a x x R im on. w Q ON 21 1_j 991 T1 1 b - 1 N Z . • mu o�a 7• 1s s U, V.Z.. IF a _ /. 1 1 - @ ■ •1 O Z J• i FW • T S 'O la O O CP zW� Q 1 ■A _ O.0 m 1—■ x .� ~ d u Jz td. V10 Q W � � � � � M •.� / t ~ N � � •r LL SW SSC LC N < 1 1 (ip/�� j W ' r Y W wC, ui O n, s a�1 f • 1 `�` U. . a. Q •$��y b O O < F-N O In Y - 1 1 X W .'! J WZ W=S C� -+ •8 < O 1 1 C� 2 Z O b F W F W m N 16 4 N N 1 1 W U' .Vi. J W O.']C C'll 01 1 1 -- • 8 • 1 K zr Y N }•r ��x G ytt'fie Old Z W z z N Ole cq cz cwl g �7 g@ $ M• u cia cl Fi{ w Q U_tn a'i h a °x . W :4y 9/1 p -J i i i � ri z t t t 1 NgW 7• 1 1 7 1 d 11 �i1 ° 1 Nit t FNO z<o p '111 .• � ti IY14.••• 1 4 Y y1 tY�1 • 1 t 1 1 J W V ' r ! f W 1 1 1 t O Q�.W c uj . l' -'1 N n 1 / 1 t N VR u- � • w � N Fi E 1 1 1 1 ![- H •i = 7• 1 1 1 1 t IA Y - 1 l t t . d. Owp E I S b. I Ia �• i 1.t t p w�W t 1 f 1 W WJW • 1 1 1 1 N x • •t t / 1 X SSW 1 1 1 1 Q ' _ •1 1� 1 � Z•� N• • 1•} 1 J jj jj 1 1 t O ° N ty • • 1 1 x 1• Y 0 •f I t 1 _ � s° N_ j 1 1 1 ----- =-------------fir.. rt-r -' t -. �: _• _ _ . __.._ X a x.40 xt x -;'T•�-- 1 • < 1 . x o>t 1 • • i i . t •4 • • 1 q•1 ~ N Op •' • 1 1 t of • wry Gwe } 1 1 1 1 U LL:O •` 1 1 1 174 • Q ° i i >w o O 0 U x6W.G • Q 1 1 1 1 Q V y W2 WI�1< W }} w n 10, = C U �! O W n g Y�-� Z<S� ° 1 1 1 t F; ° °� xW ixp W „ ppmt• i .p2. ` K d >u >��WIL(d.. K n t7 ^' 1 t 1 t x w F-- J WU.LAI= LAS p 1 1 1 1 H- I I U. R 0 8 O°l 1[1 o z < 1_ {-N 1-<C� m N '•02 N °1Y Q t 1 1 1 .. W1 V 0 W WZ W2S to < •a 1 �t� 1 ;. a• C9 2 V d O Hw F-W ' W Ur < x O OY OF-S <@>.• tyi � < 1 1 1 1 We g� v W ° x i it L fA O N to o t O r 0- F- N O o Uzi N „ w U'M. to o on 1 ' / o � ° .� in- m 0 is W Cw a „ e t(s CA <W Jx t `•t 1 t 1 .t rz m 1 •; Y N N ' LL, Mm lobo` N tC I I' ' 1 fA Z .. v 1.13!�l O gn .. .. 3 �y ° o. n \ ` gam •. Lis'? _ �.. _ o� . � «o. ow 4 319 W O� _ Cl. It i pi 1 > aeZ a u etc rage, l YW3P �U iI 21 .Z4f SSO tT41 WKN vW iz V•• {taL. � N 1 � ' 1 � Z O r +aC V N V'u�,,, m�' 7 Qi M ' ' • W J W Q WZ WYS t2 = &- {-W rW rW la ..ta jaHi ` tN! 1 1 O W W Wr0 05: •'�• p O 1 iL"f�' l /9 a6 J V1 N r Q.— O.<I/. a.- ' r`7� IPCNSt • � � V y 'F ��„ �ti � C 1 1 l l � .. a � a a i L J , {. - G rtl�'a It+ Z z z _ z a' Fr Q•' F ww x aOQ�� NO 7-T r , W 4n �. �4X] V n 1V-N LL ° x 1 W �a U'JR.N W J gh u%A W10 low n ri 1' 2`.aGf{IYt+7'J X. X l� l ' . i' ■ 47 fi 10 s F-X vi b t a t H�{oafYO '2' NW « Lis fir W W ICAO O 21W CA C llxii::= Y7 c i c ■ �JMCI -4d J . T �H25 TwF- L~i1 ■ oiWa� rmn WCL W ■ JaCC N -1— 1-X. j N wit.- ° . J W OaCWW ■ O _ to �� Si iS 3 - r •j ..— z ... N '^ j ■ r Ur U N r (g • r 1 - >4 CI � � ~ J i W W - Q m SF R �� a V J.•. J O wo Wan N ' W >W >o 1 Z q- Oo-' ~ "Ja. w -msµ M � � -� ,'d• o Wz zs .• 131 17 1 N TJ y N IW- d- O_<u.. ' Co k « - O W CL y o o � C3 lu cr F Q ® 1 I l I . t 1 � I I t I I 1 t 1 ' {qy OY t I 9� I W ]b � O• 1 / 1 t u 7V IN �N v 1 1 1 1 1 IJ 1 1 1 1 34 Q O / W • J _ I tri . 11 1�f1 n O .0 1 `/1 1 • 2 SW n � Io Cx 1 NJ V n h h Y 1 1 t t 1 1 dZ '�• ' C9 1 • r I NN �.+ Zn O II11.. O I t 1 1 yyJ«ri [Ft N t t 1 1 J t a 1 ui 1 1 N 41d a2 G[ CL III O Iyyl _ W I .�1 X Oi NN jo 14 t< t V 1 1 1 1 .LL•.IA p � ^ I T S V 2 S >41 a S NW _ d dX V-0, ZN J C3 dW LAO CL 1 j EM .. ILELJ a t + 1 7 �. W X d0 ' WN W Stn 4A Z w N O 1 1t 1 C �- • 4n 1 r 10 Cob 1 T T t N y¢ n 4- j . . dI Nf I N O t 7f 1•I rl. O .Q�. 1 - • W. y1 W. h N D Z F U f 4 4 3 t . t t 1 ° w O I t I t J• ee o o • No � 8L�9� �e i r i 1 N . 1 1 1 1 :4 / W U N I 1LL t• WKZ"LAS fG= CL ►.� . ea O u ` Pr gpp 2 i i i i tx t/rrr� x z C ` Ixdz w 19 LAJ HVI - O O 0 %n r t- 1„• J r WfU V V N - .' 1 1 1 1 LL- lA 14A l•-0 co p II m 7 5i ri g $ y N I I I t N :J J W O F-ZW 1-W O M o�x Irx I�i1 I I x ^ W W' w X OS R j ♦Ii1 *.1* m N N N I.- g = C g. 11 r 1 II OO O 13 �N qq r .= 1 t 1 1 wK c °o C11 rt�ki Q� Z Z cn C1 %p I1J Wks Q 001O 1/"�•�d 1d I11 t+l F i F x �i .Q U.f~!J •-7 Vim] :95-j & "U WS •M 0-- *- LLWC3 in In FFFW IA W 3d FfC `WILL Cy FELL _ NWJ� JO <7 OYICT ° ■ni' Ci 7v NSF fD1- X F p ~ , MZWF 2 lyx d f�cyl<Z{yIF�eW I_�y G(y1��S1© O� � if .n x' IFi. MFw. Z. } W ©?.Iifm •~F A �. � ' WfCW N � dOV J'•.YJ � � �^ 'S t i1 7[ �' . N Ld ©i 4.NZ sn a-SW33ti /+ C�FW4 p O �n O ■ �o F �i P•/ [ ' NTcCf Y.S�N n � sr. .n+. "� ■�. ��, r� .� • ,c9 ■ J t W S ) W � W , v tY IV N 61 O V C-1 21a N K` U q. id OZ . It Jp .I It II 11 11 ' ° F .40 W H Z W O '. �r V �. o. °O'. .�. W N = cr CIL W.C3 2 C U a S U n .. 1s 7s � = M .♦ O G � tY jC D W O W1 O N U V• ` ` tC &il �77tltldRR� y"�� ° b a .i zwo • s N N W 10O/10 d O r Y o• • , . • � �� -'�- �� � � was. � ca CA 4:M WW OJT • 40.0. ,� � VN< � - a Of W r� Cfi J N F V1 p F fig g 4t�N Fae F #. -tO i�a V<I•�W < 4 wV�� aSO.Iy: NJO �Z1m_O O r SIC 1rJ0 •ot R y o , . ZJ WO a �1 eynl ., M"01A tam f2.< A N°y,1ff � � ^ Itl bi «� � g.•• du. oQtl+ j..1f- K 31S <Ur•• YOJ i',o a221W <rr�ca IW->> o.�clzrs. . w � w3 ■. vi* ILS/L'N +Z N M r Y j.. ■ t < N • N 1 i N � O Ic SIR .a W l �( �s 1 d • 1 1 ,V 1 1 � � "• 4N1 '0Y /1 1� ,1 /1 „ . ' W = I,- O • � mJ X 0 y ,<y 1- 1-- V N O g` g � ao 4 < . o < IX Z N 1 N Palo Z1�O V •� a~ q 4m<' 1IJ W U) O la. o a ' ti! >- W < J J N z t- m C. tn F- "L j.. ttr�,© 0 W z Z N N n-C Lo 1.�« < $ W O lU ��(( 9 U-Q Q Fes( Q vv U- Nom �s� yy a O O O p GS O SOW. VIA h�S—j� to !::_i � z v cn 5 H wa <° °acv a �' rA LL Fr NO N6..-.. a N SS .. <N D VO W < n CS C Sr JW !- t W N ai 4 « u E]Y. of rd < < LL LLLl�lIII , -C1�- tali W W M W FW-_. m 4 - r 3.: < 9w to r Rai u ioz � z� rztz�• '� �� �. c v-J' i 7. .•� N 'f�i r to '` CY OG X 1 I TA Q NN N JQig X I C7 3c: Q . ( � o< • y~j N< y Y� .r .� cm owo Al N - Zc = '^ a .. y �`• O A a= a . m W ' CA `" ,� . Yo w C3 if . rto z < .x < a be l . m •' - i O ` � M o tF1 V Ld 2 6_ N W I 3 Sc6 N c1 S C a W .W.) -J N N H ta. H ' t$ W. a n 93 N • G �' Cl M ex yL 'p yy..Z F- d t - to a • t*A - �d a�� 3 y. 1 1 ' t 1 o / 1 a Boa W vl ° C ' q#o a '� W o C N , -2 .�a�. F 1 W� ®® ° ° CL L a a 1 O W ca a , a 1 1 Y O i Ow �. L_C. . QC S _ W F W .� O O in ey 1 W ,A N 1 a tt a f O � 44 a • ' a• ° 1 a a . aka <3 rc Las t{° 3 40 C3 1 ?' J 1_ C) 1 a .1 N 1 F- CL - C.)LLJ Z a- Bc c M ii$$•• zz iow -r ows i F-d � Q r x CIO t X Y � o / W < t =C3 Y ' 1 < 4 Wa _ 11 1 O O X fi1x�l a - {C 1 t,' tn a t i itn x qp ia.. p 1 W 0< �-W W t O• / ' IW- 4 rnLL °;° t • t t i 1 _ ' t � 1 a wo n o t ° CA J � J x � W IM1 ' 1 W7 J 1 1 1 r w = t x a o i a� Td ce 11 t NN 1 r F- 2 N .' 0 1 p a- �e'tC i «s W z d y rr � 1 W J a• by log 1 • trl� � ���� ZZ : o 4+o Olu 15�4 c°� yyu��J 6��a�'i lea f� '�•�! <Uc" co J6.N f-W N t< MJ <cru . Gp <d ~C7 MAW WfL u"i F Not of�y 4Un,F-F a3 .Jog W V4N 2 f•- J J tr s t Z n -I IL 69 1 co -8 fig ,WW1 .t '. G} F .• If .- ^^ a e �.. W. _ .. .�• f� oo• ,• tSOEJ Jw �O o <,• o • .r n q Cc. on • N N f gd4 I g a w a 'f 1•`••'t1 �- a'i'm --- t i > c . i J O O IL Ld F- '00 Mr- I. o < al .VI: ca 43 ci o m ° � o z x o Z a C7 ® sz • J fD N • _ - 00 µ y eat U N O M .w "z a Tu "Fes- IBS Lf UW i-ti •�. �� � .�. fOU-i. V J d fOGYC CS7 T +S~ z F- < �E u JQi *�01� m p y a. N '�UW 10-�0- •man F JL1 �•' F Y•fC t �f/1 + 21 IL 2CA 'n a= ZaMir 'EV OA' • w i G 7�•~ W F.Y.� K AIN � O q0 •� Up � moo. . a. •�. Yc S' •IYW-F •L �• - C4 o N N W4 ' C o°c _ 4 Sc T lild a-112 all - x � �. a X 0 o _ O cc e� W e o d F LL oN f �• i oN 4 • W g } tD d ,. • 0 Z ^ ' W N CA O` m � - N Y• N IL zo is L LU C2 0 0:3it '. O Q WN 47 O NN 1 N' 1 w • W I ua��ne' t mwrm, •• 1 I W • W 1 I ICI C • J 1iI M I N _ I T 1 F I O OLvti i^1 F 1 I �... .. .� .. - '.. .. ... I 1 ` t4 Lo.� ■,... tv w�no W N I I III +^ ' 1 � t• ` W t3f • Ui? y CA Q O H K F- Z 1�. �� � m H n•V X O K - a MIn W LLJ 1471 W '' vl N W Q Ill= lJJ J JOW J a o ` iaJ ul . V z za<n. otc li 5 Nm 111 C7 .v.WIA>- v MN Q a J IA v1 r--I F N N N op 1`'t . y�y r1 tttNVVV O !C Q 1 a O CO • N •