Loading...
HomeMy WebLinkAboutContract I WESTERN ASPHALT,INC. — CAG-09-092 I PO BOX 980 — MAPLE VALLEY,WA 98038 1,6 6,719.4 3 - OR!GINAL AWARD DATE:JULY 6,2009 +\.;- 1-CjB� i'F� : - ys4 .-ms- . : Y �K.„� ��r�`, y�_ V +�'-.4�. 'rte. am ' �' 4?q 7! s�4"'� }''t 1 T 0 .r•_• a.'6. .+.. ",_ ^” -z:R t. .�,-;.' , r',C.S - 1 _, 1?`{t ;,^ '. ,- ^.1-c`gra t i..jh ' O1CO CEZ &� z —a „,-.._-_,,§1.‘,1,41._r_'01,-;-.' �, \ ,u,,,,,,,,i,:',14-:. } } 4 - fir114• , , e,te • -i . q. IN , .. ,1` , ., . .. {' r.- . ' t :° City of Renton �yf” R i'.: �� �� � � f �,., .j,,,,,-P: ` **-k° ; `";>. < 1' Construction of: ---` > ` l p 1 �t'Y-"° .f�{.v`,,s.4,--...'..-;•,4.,-- _ ace - 1� '�, ,:. , Ld< , • „' °, ' 2009 Street Overlay with --,,.. .-7.0 -_ 6O ti. `-f. • 1�r;\-,7----- s - ►� _, -�• , Curb Ramps ' . ' \ " -'' PROJECT NO. CAG-09-092 ,k'=oc c=am>�` t>;i"a'T`ti�/N .x".';'', • 4�s T t ,LS ': :c Bidding Requirements, City of Renton F ,� - - :.,, -- t '� . �`� Forms, Contract Forms, Conditions of f ,- . ,., , ,.^_.,T ,�1. the Contract,Plans and Specifications WC.100.- - -:- , N\ - ^ " . .,,.:i e}°' City of Renton 1055 South Grady Way - Renton WA 98057 :.r ; _ General Bid Information: 425-430-7200 ,-.,-;;,,e-%,' VS„T E �.-k'2.4 ., 4 FL i Bill Wressell ` `' K s ' "A ' ' ` Project Manager: 425-430-7400 "` x`s.'" 3..3 " x"- ,.. resp ' s- * iF r �a ; A '� v f',1-:-.4:4114#1t, 4 at• v s . N t x ;?' {` s a;"? '''^adv. # $`' 4zs.` w . �,. ;'_moo y1..:.;:: 1 CITY OF RENTON I RENTON, WASHINGTON CONTRACT DOCUMENTS for the 2009 Street Overlay with Curb Ramps ICAG-0 -0 NO. PROJECT R2 P OCAG-09-092 I ' June 2009 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 1 CITY OF RENTON 1055 South Grady Way ' Renton, WA 98057 1 I ' =4:0 Printed on Recycled Paper CITY OF RENTON 2009 STREET OVERLAY WITH CURB RAMPS INDEX I. CALL FOR BIDS II. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP 6. STREET LISTS 7. CURB RAMP LIST III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA f 5. BID BOND FORM 6. CERTIFICATION OF EEO REPORT 7. COMBINED AFFIDAVIT AND CERTIFICATION FORM ' 8. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 9. SUBCONTRACTOR LIST IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT 111 3. CITY OF RENTON INSURANCE INFORMATION FORM 4. CERTIFICATE OF INSURANCE(SAMPLE) V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A-SAMPLE FORMS 1. REQUEST TO SUBLET WORK ' 2. MONTHLY UTILIZATION REPORT(CC-257) 3. RECYCLED PRODUCT REPORTING FORM 4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES !. APPENDIX B-HOURLY MINIMUM WAGE RATES APPENDIX C-STANDARD PLANS 2009 STREET OVERLAY WITH CURB RAMPS CAG-09-092 CITY OF RENTON CALL FOR BIDS 1 2009 Street Overlay with Curb Ramps I r I 1 CALL FOR BIDS I 1 1 I 09-Ldoc 05/05/2009 CAG-09-092 CITY OF RENTON CALL FOR BIDS 2009 Street Overlay with Curb Ramps Sealed bids will be received until 2:30 p.m., Tuesday, June 30, 2009, at the City Clerk's office, 7th floor and will be opened and publicly read in conference room 521 on the 5th floor, Renton City Hall, 1055 South Grady Way,Renton WA 98057,for the 2009 Street Overlay with Curb Ramps project.. The work to be performed within 70 working days from the date of commencement under this contract shall include,but not be limited to: Approximately 11,535 tons of asphalt concrete paving (HMA Class 1/2: PG 64-22), removal ' of asphalt pavement, installation of curb ramps,utility adjustments, and channelization. Engineer's Estimate: $1,500,000 TO$2,000,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available the 12th day of June,2009. 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,Bill Wressell, 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. 111- The City's Fair Practices,Non-Discrimination,and Americans with Disability Act Policies shall apply. e1/t(/:J• W QttS71- Bonnie I.Walton, City Clerk ' Published: Daily Journal of Commerce June 16,2009 Daily Journal of Commerce June 23,2009 1 I t 09 CALL E.DOC\ CITY OF RENTON • 2009 STREET OVERLAY • WITH CURB RAMPS I II • INTRODUCTION I I I I 1 I I I 1 2009 STREET OVERLAY WITH CURB RAMPS I tINSTRUCTIONS TO BIDDERS I 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. I At this time the bids will be publicly opened and read,after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be I . submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention Iof 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 Ithe 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 I approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall Isatisfy 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 Iitem 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 Ierrors,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 Iadvantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance I 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 Iwork 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. I 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. I 10. The bidder shall, upon request, furnish information to the City as to his fmancial and practical ability to satisfactorily perform the work. I11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's I compensation, public liability, and property damage as indicated on forms enclosed and as identified within Specification Section 1-07.18. IRevised:04/06 bh I 13. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. ' 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing ICity 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 I As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet,any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled"Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements IWork under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos Imaterials. ' Revised:04/06 bh I I20. Standard Specifications I All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard I 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"2004 Standard Specifications for Road,Bridge and Municipal Construction hereinafter Ireferred to by the abbreviated title"Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT standards shall be modified to read I "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be detected and the measurement and payment provisions of Section 1=09.14,Measurement and Payment I (added herein)shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. I If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations I 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. I22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index I 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. I ❑ 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? 1 ❑ 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? I ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) I ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda,if any? I I I IRevised:04/06 bh 1 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees andapplicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human ' resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and ' Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor,the Affirmative Action ' Officer,department administrators, managers,supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. ' (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's ' Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,including bid calls,and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: 111 ayor Council President ' Attest: City Cler fir r• 1 ' 03_SUMRY.DOC1 t � 1 t , I ' 1 CITY OF RENTON ISTTh4MARYOFAMER1CANS WITH DISABILITIES ACT POLICY ' ADOPTED BYRF..SOLU77ONNO. 3007 I The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City Iof Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as I recruitment,selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and Iother applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of I Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. I (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to fat-Ritmo; equitable representation within the City work force and to assure equal employment opportunity and equal I 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 top out the policies and guidelines as set forth in this policy I (4) CONTRACTORS' OBLIGATION - Contractois, subcontractors, consultants and suppliers conducting businesswith the City of Renton shall abide by the requirements I of the Americans With Disabilities Act and promote-access to services, activities and programs for people with disabilities. I Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and.shall be prominently displayed in appropriate City facilities. ICONCURRED IN by the City Council of the City of Renton, Washington, this 4thday of October 1993. C • . RENTON RENTON CITY COUNCIL: N \ $ . . .. . / IMayor . 'cil President . _ Attest: - • ,,,,,, , City Clerk • 1 1 CITY OF RENTON I2009 STREET OVERLAY WITH CURB RAMPS I SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete. installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: Asphalt concrete paving (HMA Class '/z" PG 64-22), removal of asphalt pavement, installation of curb ramps,utility adjustments,and channelization. ' Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the 1 Contract in accordance with the Contract Documents, all of which are made a part hereof. Any contractor connected with this project shall comply with all Federal, State,County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 70 working days will be allowed for the completion of this project. I , 1 1 2009 STREET OVERLAY WITH CURB RAMPS 09_SCOPE.DOC ism m mu o m um m l m — — um — m — r m ommo moi CITY OF RENTON [ Tolle , PUBLIC WORKS DEPARTMENT j ' r _ ,.„,„4:.) \ :Ln [' nIEiiii---)----0 '8 I 0 ,�1.- R 17th '----=-2'-' �Whitman', .�.;J:_. 4! �� � 9. Y ��-1�.—I 1681S�L� .0 WP�� � .�D� �`\\\ 0; NE lfilh SL _ zMb S 107th PI _ ¢ 9'ca '� ��� D14th 3� a 6 ��' ` � va•YNE 14lhlSl z, 1 5 112th SI '� �*� 8• ljjlNE 12th SL � o��� �® � � .„ �L91 NE 12lh 5t Sll4thStt Ili 1 I ,���0®U ., !NE IOU�S y�i A��t NE IIU �aS �/ ill cl g a/ C� ��� 1 11 NE IOIh J �,Cl. a NE tO /y511616®o ® 0®Q li N 9th 41111611170':1 F , NEtOUIn. z��l 10th S1 118 — 7a®® ,. ®11 1 N 10th 51. �� NE10thma fff-��777o I NE I� 9th SLS �:�iiit''p Ira EI< 1:11E111"8651,6 NE 9th Cl. PI Mil WM.�� m ^ N 8t \40. .$ 1-1-11 "0 NE BULL- - \„ Illf1ormu®� r 1r�i _ �10 g.112.- Ih -R _.__ _ _ P$ ( -- U �1 SE 181st Bl � n - �+ _ rte_ S 182nd `dr 1 ,�I 182n, Sl L.J�— a ¢bi SE 181st St ' 45th PI P `-' e SE 183rd sl e. SE 184th Sl O SE 184th t �`` 1 •1 S $ �'�+ u livi SE IB6lM1 St pt 5 185th Sl ITI---JIi SE IB6U PI '� S bi - LSE 186th S� S188th 51 r„ g o . a ... (� 1 a _— g, a \.. S 188th SI 188th 81 litt: /,� > II\/1 SE Fill- —..—. St 'h5 SE 190th Sl 1 _ / }N gq�Q\ llr'II". J 6 \ ol S55U S1 S _ �192nd St SE 192nd St SE 192nd St ill III 19051 S SW 194th St o+D II1 0 © I • 11 I s 5 196th St SE 196th Sl SE 196th SI $ SE 19fiU 51 ....E EN bi 1N itiliC '17'4' Aq < t a a 5 ,�'ijl9Bthst 5 5 3�� a P 1 .,, � 111 ' . _- S 200th Sl m SE 200th St SE 2001 J 2009 STREET OVERLAY WITH CURB RAMPS DATE: JUNE 2009 J \i\ IIMI MN 11111 ! N NM MN EN = 11111 I — — .. MI pm - um 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A QUANTITIES \\ '�~' ".ViItDE'F" `T1.�t1C � -.Sfx;�T�: :� .X#�-� �Tt7NS-:� :ENG1�:GRt�il3' °SIDE GRt{VC►:' N[QN 'Mk[�.: .W.V'.:. B.. Gam:. >ro`'.©N,....,r„ :uv.-a..:_- .^tJ .*'.�.!�f..»,"..>.:•...,� �. ..,.�.. -.,-r....,...�.,,..•y,.9: ............:.....- ..�.,.<_..-..<. ....,.... ,,. �.,..n....,.._, ..- ...s..,�<:, j.'...`,... ,,s ._.� . -.-.,a ..., y�++�.,¢.+-.•.-'r ,. ,....a..,�1: `!Y : aC \I 16 2 1,440 160 18 160 \ 42 2 33,600 3733 426 280 1066 1 5 8 1 X15 2 3,000 333 38 333 2 \ 2 5,320 591 67 507 _ 2 TOTAL 43,360 4,818 549 280 2,066 1 5 8 3 2 2008-20013o1.xls 09-A QUANTS i 111111 IMO NE INN =1 1= M11 MIN 11111 NM NM Mil 1=1 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A CHANNELIZATION gWgntfSMVEgggRVAMgjWIP:FRP;YEYV7?1:MFIPP'riiwi cwisa ??-z-4,5: 10...RFA07,4' 0INVI:02:017$1'; NORTHEAST HARRINGTON AV NE 90' SOUTH NE 9TH ST 90 16 70 36 6 1 1 HARRINGTON AV NE NE 9TH ST SUNSET BLVD NE 800 42 290 17 98 26 2 3 NE 9TH ST 200'WEST HARRINGTON AVE 200 15 100 15 TOTAL 460 32. 134 32 3 3 2008-20013ol.xls 06/10/2009 • 09-A CHANN \WM N — . N I MN MN MI — — — — — — mini — - — mi 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A CONCRETE WORK gym' " W� =LF:g.EM Y�-REMOYEE,1 s'SY RE <TON,:4INST.;=C :INST NSY:INST `-AD:J:r. --RAMF�': . �� .. -#xQF,.. ��,Ri0.MP._. LF�SA"V�ti(CUT-LF SA .. . .<:R ..:� :$ ....r . ..� .. ..�� M. .,.....:�a.,x._X�.. . ..� r. �.x....�,. . ., .�. .....s; ` -; O SOILS. x . #,w. :,:,, h:;;. T" N:C&,G;5:` WALK/RAMP^ASPNAL '"ASPr141 ? F O Box* Fa- TION= RAMPS; TYPE"::G.E? {CIET ASPHAL.... ' .. .... ., .. u .._� , .,... :19p:sow R.;.;e la Ri y \[ 1 106.2 7 32 28 13 _ 6 1.5 0.50 2.5 1 106.2 7 32 28 13 6 1.5 0.50 3 1 \2 14 64 56 26 12 3 1 5 1 i • 2008-20013o1.xls 09-A CONCRETE I. \mm um mi gm m m mom imm E M 1 1 MI = I I \\ 2009 STREET OVERLAY WITH CURB RAMPS \ SCHEDULE B QUANTITIES -, 4 :x .O:S EN©.G IND =S1D .GRIND ON�:r MH`:"^ ".GVW==` ^` GBS. ..M G vr: s` szr- 1' TFi zSG2F7q':N' S, YD T ._. ..- r .: �...>.. _. •.s.._..,.� - �::,t;=�w,TO��.,:5_,.._.:��.:�<�..,.�:1'�'W _....�.��>. ....._�I-�::ti...... ._._... fs�._.4�. .¢.�..t�....�_N..�,I,.......... .�_..� .]H..._.... ,�1. . . � . _I`� I .., .I``- :I:� DIV D 1 •"" Lak =- O 1 735 341 2 1 24,990 1 2777 1 317 1 1 1 1 1 1 3 1 2 1 Ir 0 \ TOTAL 24,990 2,777 317 0 0 0 1 3 2 0 0 ?y;' `'. Z o u''� 490 30 2 14,700 1,633 186 100 4 1 1 \ 263 27 2 7,101 789 90 100 5 •1 1 N M\ 155 27 2 4,185 465 53 100 1 1 5 • - 1\ TOTAL 25,986 2,887 329 300 0 1 10 6 2 0 0 `I 42 3 34,860 3,873 662 378 1800 1 6 1 -- 1 42 2 18,858 2,095 239 133 133 4 5 1 40 2 11,400 1,267 144 133 1 3 6 1 42 2 11,886 1,321 151 133 5 1 3 42 2 23,478 2,609 297 266 8 3 1 TOTAL 100,482 11,165 1,494 910 2,066 1 21 20 2 0 3 38 3 22,610 2,512 430 118 1277 4 4 38 3 51,338 5,704 975 118 2957 1 6 8 . 1 TOTAL 73,948 8,216 1,405 236 4,234 1 10 12 0 0 0 • 1 42 3 53,214 5,913 1,011 178 2771 1 42 3 39,690 4,410 754 267 2056 1 TOTAL 92,904 10,323 1,765 445 4,827 0 1 0 1 0 0 36 3 40,932 4,548 778 100 1 1 25 3 9,375 1,042 178 108 1 1 25 3 32,050 3,561 609 236 93 - 1 TOTAL 82,357 9,151 1,565 336 201 1 1 3 0 0 0 ;RAND TOTAL 400,667 44,519 6,874 2,227 11,328 4 44 44 7 0 3 14 4 2,660 296 67 12 4 1,800 200 46 12 4 5,160 573 131 TOTAL 9,620 1,069 244 0 0 0 0 0 0 0 0 10 4 6,600 733 167 ' 10' 4 8,400 933 213 1 TOTAL 15,000 1,667 380 1 • ALLEY TOTAL 24,620 2,736 624 1 3RAND TOTAL 425,287 47,254 7,498 . 2,227 11,328 4 44 44 8 0 3 2008-20013o1.xls 09-B Quants '\gm NE um u um am um mu me um N — N — UN am M - ■N m \\. 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE B CHANNELIZATION \ .aq• .i:-v.. r p.o, �. a;:i :<`§.:'4> .',erg,.; #.� .;.: X¢ T0-:'�. 1;ONG-`�. I rGW � .,'�� �2 � b L»OOPS»- �F _" ` . .. zi��. .. _�...�� "� •:.,,.. .. , � ."< ���,..... ,.x .. . . Awa. �. ...=,.` .. OG.- �w I" \. y,, Z .Z . . 1 7351 34 1 42 2 1 394 1 44 1 44 6 1 1 6 1 TOTAL 0 42 2 394 44 44 6 1 6 0 Q` N \ '' _ N 490 30 140 I 54 6 1 \ 263 27 12 1 155 27 12 1 TOTAL 140 24 0 54 6 0 0 3 0 0 830 42 260 32 374 42 238 56 1 4 449 42 180 27 3 234 26 56 8 1 285 40 340 126 14 1 283 42 140 32 35 5 0 559 42 280 70 10 2 TOTAL 1200 91 3 839 97 294 64 5 4 0 595 383 • 1,351 ' 38 5 TOTAL 0 0 0 0 0 0 0 8 . 0 0 1,267 42 150 42 2 1000 100 308 49 4 945 42 260 2 740 94 148 22 6 8 TOTAL 410 42 4 1740 194 456 71 10 8 0 1137 36 309 39 2274 375 25 120 56 8 750 1282 25 12 1 734 82 103 34 1 2560 TOTAL 120 12 1 1099 129 103 34 1 0 5584 BRAND TOTAL 1870 211 10 4126 470 897 175 28 18 5584 2008-20013o1.xls 09-B CHANN L t MA, ��.,�°-°STEiEET,��., :�>=a��.'.'� ' `"y4Tr;��' �:,; _a 6 :'' ` ,`(NS ICY'NST SYINS= RELO ADj `CY"INST # a :,>;NAME#:rte STREE ,, _,_ : .x, _ ;:... . , .ry 1 x��, °'� ;,,ALXT sT.�OP�SOIL ;kSOD��� :^SI�C�N�;�BOX� ,�BAEZiC _ I NORTHEAST I 2 'EDMONDS AV NE NE 3 ST 1 I I i I SOUTH MAIN AVS BRONSON WY S_ LAKE AVS AIRPORTWYS ; 0.25 1 I 3 LAKE AVS LAKE AV S AIRPORT WY S S TILLUCUM ST LAKE AV S S TOBIN ST 0.25 1 0.25 0.5 0 0 2 0.25 I SHATTUCK AV S S GRADY WAY SHATTUCK AV S S GRADY WAY 5 ISHATTUCK AV S MID BLK METRO 5 0.25 0.25 SHATTUCK AV S MID BLK METRO 5 0.25 0.25 SHATTUCK AV S END BLK METRO i ' 0.5 0.25 I 4 SHATTUCK AV S END BLK METRO I 0.25 SHATTUCK AVS S 7 ST 5 0.25 2 SHATTUCK AV S S 7 ST 5 0.25 0.25 t SHATTUCK AV S S 4 ST 1 1 2 SHATTUCKAVS S4ST 1 SHATTUCK AV S S 3 PL ; 1 0.25 SHATTUCK AV S S 3 PL 1 ISHATTUCK AV S S 3 PL 1 1 SOUTHWEST 5 3.75 3 3 3 1.75 U SW 10 ST POWELLAVSW 1 4.5 1 SW 10 ST POWELL AV SW 1 2 SW 10 ST LIND AV SW 0.5 1 I SW 10 ST LIND AV SW 0.25 i 2.5 7.5 0 1 0.25 I SW 41 ST OAKESDALE AV Si 6 3 SW 41 ST OAKESDALE AV SI 3 8 1 SW 41 ST RAYMOND AV SE i 3 3.5 6 SW 41 ST RAYMOND AV SE i 0.25 3 1 I SW 41 ST RAYMOND AV SE 0.25 3 SW 41 ST LIND AV SW i 1 6 SW 41 ST . LIND AV SW 1 17.5 1 I SOUTHEAST 14.5 44 1 2 0 PUGET DR'SE SE 19 ST ; 0.25 0.25 I PUGET DR SE SE 19 ST 7 PUGET DR SE ROLLING HI DR 1 0.5 15 PUGET DR SE ROLLING HI DR 0.5 15 1 PUGET DR SE EDMONDS AV SE i 0.5 I • PUGET DR SE EDMONDS AV SE 0.25 2.5 2 32.5 1 0 0.25 G11 23.25 87 5 8 2.5 05/26/2009 2008-20013o1.xls I 0946 CONCRETE \\ Ire — ... ... — ... ... ... — — — — — — — — — MEI - =I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C QUANTITIES .:K". _ _ �s:n �;:, 2�.�'v �.X, h ;P- ',�,�s 1r�r,:E �`�r.,'a'� 7�3?.a 1�.�,<' =�,� r�; �'=:'it ; '' g 1.K S .`-Rr >S `, .;TONS ..MON.... i ,N[H ..:- >s .`x ptA ?y`..5:: N�:�` �=�M; ..�t� sT'o..�: �'.;��zs�,��". �LC2 G��ttlllo .��� H G..������:<` Q �..,_...(w...M�_. ��.'w.��.,<��>..� C., .,......W�<�,-a:y����� -.....,�.r��.��.��.�,,... ...... _ '6 ST 1,900 26 4 49,400 5,489 1,251 3 340 26 4 8,840 982 224 1 1 \ 1,140 23 4 26,220 2,913 664 1 2 1 \ 295 30 4 8,850 983 224 1 \ 882 33 4 29,106 3,234 737 7 . 2 - 180 . 16 4 2,880 320 73 1 364 34. 4 12,376 1,375 314 1 1 TOTAL 137,672 15,297 3,488 13 6 1 2 • 2008-20013o1.xls 09-C QUANTS M MN ME N E = MI NM m I mi s me i 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C CHANNELIZATION ';MAP:# +.:STREE�T�NV14, F139 4 tee. "TO 2;: ;r°.LONG t'W.: g ='�- wa ..�.....,. �I'-�... .,....•. ...... ... .....t.": t.r.......�,..:J`•�.....e .,.I`L� _ .. .;�,..4�1.-�.��. ..,;: �. ..s.»:f,�l•tt z__a. ...'.Iv��i..�.:f'-IOW t•:^'.3�0.vaI BENSON HILL 113 PL SE SE 179 ST SE 176 ST 1,900 26 18 3 • SE 179 ST 170 FT W 170 FTE 340 26 1 102 AV SE SE 192 ST SE 188 ST 1,140 23 2 10 SE 190 ST WEST END 102 AV SE 295 30 1 104 PL SE SE 192 ST SE 190 ST 882 33 27 2 SE 180 PL WEST END 180 FT EAST 180 16 1 SE 180 PL 180 FT EAST 110 AVE SE 364 34 TOTAL 45 10 2008-20013o1.xls 06/02/2009 09-C CHANN \I". MN = - NM - I = I En M M - OM - - MN 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C CONCRETE WORK SF E: 'ROFIT-' LF:SA CUT >>LF SAW `ILF-REM: SY:REMOVE� '`SYREM�: LI INST SY NST;'TON-:INS� :CY:INST�'.:SYINST RELOC '��-� CRAMP.�... �R.T .__..,...... _ .. ..�.,.__ . .._..._....,. ...__ ..,,.. ,.�. . ..�.. ,..�....,.,..,, . ....._._..�. ..�. . ...,_. .._," �s.__.. ...z..�. _,„_H�,> .,_ ....... .�,.. �,...�.,., . .�. ti,.�.� __ '3' ::: L I RAMP SPH�1L '> =;CBG°-:: :AIDE ��AMIAt TOP-..SOIL ::SOD:«= :SIGN 1���T�1(PE„�,T_.RUNC`:DOMES.'�"CONCRETE=�ASPHAl;T .,.Ca��..,_,. <Wp!,��.....,� A....�...�,.__ ,- ..,.x... ,�,,,,..... � .,, .,���. ..... ..�.�, .�.....�... ... ...���.n, .� � �.,.. yF f s_' two pa,'V \ 13 33 29 13 6.5 3 1.7 1.5 0.5 2 a;Wiz \ 11 28 24 11 5 1.5 0.5 2 '\ 33 26 9 6 1.5 0.25 1.5 29 22 8 5 1.5 0.5 2.5 31 27 12 6 1.5 0.5 2.5 14 28 24 11 5.5 1.5 1 14 28 24 11 5.5 1.5 2 1 7 32 28 13 6.5 2 1.2 1.5 0.5 2.5 1 8 23 19 11 4.5 1 0.25 7 30 26 12 6 1.5 14 25 21 11 5 1 2.5 14 15 11 11 2.5 2.5 11 1 2.5 14 18 11 12.5 2.5 2.5 12.5 1 2.5 14 15 10 12 2.5 2.5 12 1 130 368 302 157.5 69 12.5 38.4 18.5 3 23.5 2 2008-20013o1.xls 1 09-C CONCRETE 1 •,..., '.. IH. PROJECT PROPOSAL CITY OF RENTON IPROJECT: 2009 STREET OVERLAY WITH CURB RAMPS CAG NO.: CAG-09-092 ICOMPANY: WESTERN ASPHALT, INC. BID AMOUNT: 1,166,719.45 IADDRESS: WESTERN ASPHALT, INC. TEL. NO.: (206) 624-4433 PO BOX 980 IMAPLE VALLEY, WA 98038 a) I s U) 163 I I I I > >,(1) 31 •TC I 1 PROJECT PROPOSAL I JR • 1 a) 8 1 e 0, 1 I a 2 o -...,. — -c c I o 0 o c) c I 8 u_ 6 1 c .:- 111 '8 a) Id c) En c o c I . 2 i< a.W 15 2 I 2009 STREET OVERLAY WITH CURB RAMPS a.co E:-.. 2 CNI 41) V I 1 cc? 2 a) .5 a.11 . 111: , IIII. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST I I1. XX BIDDERS CHECKLIST 2. XX PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM 1 3. XX SCHEDULE OF PRICES 4. XX ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 1 5. XX BID BOND FORM I6. XX CERTIFICATION OF EEO REPORT 7. XX FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE I 0 Tri o CO Above documents must be executed by the Contractor, President and Vice-President or Secretary if I" I corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be > w >, 1' attached to the bid document. *.c. I 0 ci I xl I a) a) in I ..., c 1 2 I .7) CD C o c I a C1) CD C4 CD = II t5 u_ ci -=4 I ; ..... , -(1). 0) 1.' a o a3 1 0 .c .c o 0 x W -cf) u) ti t -o I 2009 STREET OVERLAY WITH CURB RAMPS ca co (NI 0 -o 11 a)-5 CD 0 (SI u-n- I . I ICITY OF RENTON PROJECT NUMBER PROJECT NAME IPROPOSAL I TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: IThe undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in I this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available,in accordance with the said plans, specifications and contract I and the following schedule of rates and prices: a, conn (Note: Unit prices for all items,all extensions, and total �, amount of bid should be shown. Show unit pric- in ' , I figures.) > / T / /� 3 Printed Name: 3 TC I Signature: �//�/�L/i-1- $ r % r%'j / to I Address: PO BO' 980, 'PLE VALLEY, WA 98038 Names of Members of Partnership: I a, I a, C. 0 E a) 2 I Q en c 0 73c OR v a) En co IName of President of Corporation WILLIAM J. PETERSON io O Name of Secretary of Corporation YVONNE C. 0'LEARY ICorporation Organized under the laws of WASHINGTON STATE o a, o) I With Main Office in State of Washington at 23713 SE 264TH STREET, MAPLE VALLEY, WA ca c X I, W CO !A O I 0. a) m IO PROP.DOC\ N LO73• N N a) 77 O) aa` 1 - MB EN On 111111 11111 OM OM 11111 MI NMI NIS ION MI Sal en 111111 111111 OM VIM , 1 ts, - c, - -v .-3 7:1 2. rn rn r tin 7z) P 4 0 w, r" :11 CO3 Z C) !I.) to rii m n cn 1 g tTi c, z i ' to . z z o 0 *4 iC *-1 40 n t=i tii tz cA 1-3 0 A r CI ›. C) ril .< P. o -0 tz o z Page 26 3. Schedule of Prices Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I.. , I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A ISCHEDULE 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 I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION LUMP SUM LUMP SUM 2,400 . 00 I 2 1 PROJECT TEMPORARY TRAFFIC CONTROL r LUMP SUM 7,100 00 LUMP SUM • 3 549 HMA CL.1/2 IN.PG 64-22 OVERLAY AT I TON cu PER TON 65 • 00 35,685 .. 00Ts o u) AT '� 4 2,345 REMOVING ASPHALT CONCRETE PAVEMENT ISQ.YD. BY COLD PLANING 2 • 20 5,159 • 00 co PER SQ.YD. (a 5 1 ADJUST MONUMENT AT Q EACH '200 . 00 200 .00 E oU PER EACH ca 6 5 ADJUST MANHOLE AT c1 EACH 340 .00 PER EACH 1,700 00 1 2 I 7 8 ADJUST WATER VALVE AT EACH 150 • 00 1,200 . 00 E PER EACH °� 8 2 ADJUST GAS VALVE AT E.Q r y EACH 150 . 00 300 . 00 0 rE PER EACH I c 9 0 3 ADJUST CATCH BASIN AT s EACH 300 .. 00 900.00 cc co I PER EACH 10 134 4"RAISED PAVEMENT MARKER AT LL. U EACH TYPE 1,YELLOW 1. 77 237 .18 5 PER EACH I 11 32 4"RAISED PAVEMENT MARKER AT o EACH TYPE 2d,YELLOW 4 . 07 130 •24 c I PER EACH co 12 3 4"RAISED PAVEMENT MARKER AT W y EACH TYPE 2,BLUE 8 .77 2 6 .31 -0ao 1 PER EACH m 0 4- a NN i PROPOSAL 2009-SCHPR-bid_tab.xls a)09-SCH_A a a` I2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A ISCHEDULE 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 I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT ' NO. QUANTITY __ . . ,, _... DOLLARS DOLLARS . .... ,a 13 AT s rl 460 PLASTIC CROSSWALK LIN.FT. 2 • 37 1,090 20 PER LIN.FT. 14 'AT 32 18"PLASTIC STOPBAR i LIN.FT. 4 , 17 133 •44 PER LIN.FT. 15 3 INDUCTION LOOPS AT IEACH 800 • 00 2,400 00co PER EACH l!) I 16 2 CURB RAMP,CEMENT CONCRETE • AT j EACH TYPE 106.1 800 • 00 1,600 • 00 PER EACH 3 ZC- I 17 14 SAWCUT CONCRETE . LIN.FT. 2 • 00 28 00• c 0 PER LIN.FT. «i I 16 64 SAWCUT ASPHALT AT LIN.FT. 1 • 00 64 • 00 PER LIN.FT. o i19 4 CRUSHED SURFACING TOP COURSE AT c TON 26 . 00 104 . 00 E PER TON ai co 20 56 REMOVE CONCRETE CURB AND GUTTER AT Cl) LIN.FT. 2 • 60 145 . 60 0 Fe PER LIN.FT. c .) o C.I 21 26 REMOVE CONCRETE SIDEWALK/CURB RAMP AT a) SQ.YD. 15 55 404 ,30 m 1 PER SQ.YD. `o AT u- 22 12 REMOVE ASPHALT AT CURB AND GUTTER ci SQ.YD. 15 • 55 186 . 60 c IPER SQ.YD. 23 3 INSTALL ASPHALT AT CURB AND GUTTER AT o m 1 TON 103 . 00 309 . 00 0 PER TON s W 24 1 TOPSOIL TYPE A AT ` TON 66 50 66 .50 73 PER TON m 0 co"io II Ncu 2009-SCHPR-bid_tab.xls y :o PROPOSAL 2 09 SCH_A co o as 1 i • 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE A 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT ' NO. QUANTITY �- . . . .._ ...... .... ... � .... DOLLARS .... ....... . ...' ......DOLLARS I 25 5 INSTALL SOD AT SQ.YD. 13 80 69 00 PER SQ.YD. 26 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 500 00 27 1 FINISH AND CLEANUP LUMP SUM LUMP SUM 420 . 00 a) co SCHEDULE A TOTAL 62,558 . 37 Q E U C7 N a) I✓ a) 111 O U a) rn (.5 O a) • a7 1 2009-SCHPR-bid_tab.xls N PROPOSAL 3 09-SCH_A a a` 1111111 1.1111 111111 MIMI NIS 111111 NMI Oil! NMI Milli 1111111 111111 Me Mil • • • • I... I ' . • 2009 STREET OVERLAY WITH CURB.RAMPS SCHEDULE B • SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION- . • PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION LUMP SUM LUMP SUM 38,400 , 00 I.. 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM 52,600 . 00 ILUMP SUM 3 7,498.00 HMA CL.1/2 IN.PG 64-22 OVERLAY AT TON 65 . 00 487,370 . 00 a) PER TON v V) 4 13,555.00 REMOVING ASPHALT CONCRETE PAVEMENT AT I SQ.YD. BY COLD PLANING 2 20 29,821 00 PER SQ.YD. as as 5 200.00 REMOVE ACP FROM TOP OF GUTTER AT Q ILIN.FT. 1 • 50 300 00 PER LIN.FT. 0. I 6 4.00 ADJUST MONUMENT AT EACH 200 . 00 800 . 00 .cl • PER EACH 1 7 ADJUST MANHOLE AT En I 44.00. Y EACH 340 . 00 14,960 ,00 a PER EACH 0 • 2 I8 44.00 ADJUST WATER VALVE AT Q EACH 150 . 00 6,600.00 0 PER EACH "= 9 8.00 ADJUST CATCH BASIN AT U . EACH • • • 340 , '00 2,720,00 m _ as cn . PER.EACH — I 10 3.00 ADJUST GAS VALVE AT • o • EACH 150 • 00 . 450 . 00 c PER EACH c( 11 4,126.00 4"RAISED PAVEMENT MARKER AT . 48 EACH TYPE 1,YELLOW 1 77 7,303 .02 rn . PER EACH L X W o N m• 0 2009SC4PR•bid_tab.xls M N U8109l2009 1 • 09SCHB o IT to O n_ a` I., r 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE B I 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS Il - :. 12 470.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW 4 . 17 1,959 . 90 PER EACH 13 897.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 1,WHITE 1 70 1,524 90 PER EACH 14 175.00 4"RAISED PAVEMENT MARKER AT I EACH TYPE 2e,WHITE PER EACH 4 • 00 700 • 00 a) 0 co 15 AT , ` 28.00 4"RAISED PAVEMENT MARKER EACH TYPE 2,BLUE 8 • 77 245 56• j PER EACH re as 16 1,870.00 PLASTIC CROSSWALK AT Q LIN.FT. 2 37 4,431 .90 E PER LIN.FT. 0 to 17 18"PLASTIC STOPBAR AT 211.00 LIN.FT. 4 . 17 879 .87 PER LIN.FT. 18 PLASTIC ARROW AT y I 10.00 EACH 35 . 00 350 •00 a PER EACH 0 11.2 19 18.00 INDUCTION LOOPS AT Q EACH 580 • 00 10,440 00 c 0 PER EACH -a E.. 20 5,584.00 4"WHITE EDGE OF ROAD LINE AT cU LIN.FT. ., 17 949 .28 v) m PER LIN.FT. rn r21 2.00 CURB RAMP,CEMENT CONCRETE AT `oLL EACH TYPE 105.1 800 . 00 1,600 • 00 PER EACH Q 22 24.00 CURB RAMP,CEMENT CONCRETE ATo EACH TYPE 106.1 800 . 00 19,200 . 00 a) r PER EACH c to o x W w I a o m O 2009-SCHPR-bid_tab.xls M tea) 06/09/2009 2 09SCH_B a)32 m CO O aa` OW MIS - M r NO Or - r M r WM M NM r MI r I ON 1 I..' , I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE B I 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS ,.. DOLLARS I 23 7.00 CURB RAMP,CEMENT CONCRETE , AT EACH TYPE 107.1 800 . 00 5,600 . 00 I24 PER EACH 1.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 4A 800 • 00 800 . 00 IPER EACH 25 AT 6.00 RETROFIT TRUNCATED DOMES ON I SQ.FT. EXISTING CURB RAMPS PER SQ.FT. 55 " 00 330 . 00 as 0 m AT 26 303.00 SAWCUT CONCRETE = LIN.FT. 2 . 00 606 . 00 3' co I PER LIN.FT. >-- c:1 Z.( 27 962.00 SAWCUT ASPHALT AT , IIILIN.FT. 1 „ 00 962 . 00 • PER LIN.FT. E o c.) cri 28 AT I 40.00 CRUSHED SURFACING TOP COURSE TON 26 . 00 1,040 . 00 PER TON -c? a) a) AT us I 29 906.00 REMOVE CONCRETE CURB AND GUTTER LIN.FT. 2 . 60 2,355 . 60 ...., c 1 PER LIN.FT. E.) I a) < 30 552.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT us I SQ.YD. 15 • 55 8,591 • 38 c PER SQ.YD. c I 31 234.00 REMOVE ASPHALT AT CURB AND GUTTER AT .YD. SQ 1555 . 3,638 70 o cm as u) PER SQ.YD. III 31 148.00 CEMENT CONC.TRAFFIC CURB AND GUTTER AT o u_ c.5 LIN.FT. 22 • 00 3,256 .00 c I PER UN.FT. 44. 33 145.00 CEMENT CONCRETE SIDEWALK AT o a) SQ.YD. 29 • 00 4,205 .00 0) c co III PER SQ.YD. .c o x 111 c22 a) 13 I '5 m 0 CN1 73 2009-SCHPR-bid tab.xls el -cz 06/0912009 . 3 09-SCH_B sts L_ a.CL I... , I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE B ISCHEDULE 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 I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS I 34 53.00 1 AT NSTALL ASPHALT AT CURB AND GUTTER TON 103 . 00 5,459 . 00 IPER TON 35 20.25 TOPSOIL TYPE A AT TON 66 . 50 1,346 • 63 PER TON 36 83.50 INSTALL SOD AT ISQ.YD. 13 . 80 1,152 30 (I)PER SQ.YD. CO co 37 5.00 RELOCATE SIGN AT I EACH 200 • 00 1,000 .00 PER EACH 38 8.00 ; ADJUST UTILITY BOX IN CURB RAMP AT Q EACH 10 . 00 80 .00 E PER EACH c.) 39 2.50 INSTALL BEAUTY BARK AT I CU.YD. 217 .00 542 .50 cl PER CU.YD. a) I 40 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 500 .00 E a) I41 1.00 FINISH AND CLEANUP Q LUMP SUM LUMP SUM 420 •00 0 P. 77c 0 0 0 0) 0 to ISCHEDULE BTOTAL 725,490 54 U c O a) o) t a7 o X W CD 63 I07 0 I 2009-SCHPR-bid_tab.xls a)M 06/0912009 4 09 SCH_B a) 7 0) o 0 aa` I:' , I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C I 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 I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS I 1 1.00 MOBILIZATION L ZATION LUMP SUM LUMP SUM 20,000 . 00 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL • LUMP SUM 23,300 00 LUMP SUM 3 3,488.00 HMA CL.1/2 IN.PG 64-22 AT TON 4"DEEP IN TWO 2"LIFTS 65 • 00 226,720 ■ 00 a I PER TON UI) A' 4 15,297.00 REMOVING ASPHALT CONCRETE PAVEMENT AT a) 1 SQ.YD. BY COLD PLANING-2"DEEP 1 .06 16,214 82 • a PER SQ.YD. co 5 AT , I 15,297.00 REMOVING ROAD BASE-4"DEEP SQ.YD. 3 , 12 47,726 64 o PER SQ.YD. cv I 6 13.00 ADJUST MONUMENT AT EACH 200 . 00 2,600 . 00 1 PER EACH o 7 c 1 / 6.00 ADJUST MANHOLE AT U UU, EACH 340 • 00 2,040 00 E 0 PER EACH 2 I 8 1.00 ADJUST CATCH BASIN AT o w c EACH 340 . 00 340 .00 E PER EACH o U I 9 2.00 ADJUST GAS VALVE AT o rn EACH 150 ■ 00 300 .00 co m I PER EACH o LL 10 10.00 4"RAISED PAVEMENT MARKER AT c 1 EACH TYPE 2,BLUE 8 ■ 77 87 ■70 ct PER EACH 0 a) rn c I co sc x W o m 0 06/09/2009 1 2009-SCHPR-09-SCHbid_tab._ls C p�� o l I as 1 II... I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C ISCHEDULE 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 I (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS I 11 AT 45.00 18'PLASTIC STOPBAR LIN.FT. 4 ■ 17 187 .65 PER LIN.FT. 12 9.00 CURB RAMP.CEMENT CONCRETE AT • EACH TYPE 106.1 800 00 ] 200 .00 PER EACH I 13 2.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 4A 800 . 00 1,600 00 m U PER EACH u) 14 6.00 RETROFIT TRUNCATED DOMES ON AT SQ.FT. EXISTING CURB RAMPS 55 00 330 00 c. PER SQ.FT. cu 15 130.00 SAWCUT CONCRETEI AT Q I LIN.FT. :, 2 . 00 260 00 0 U PER LIN.FT. as I 16 368.00 SAWCUT ASPHALT AT LIN.FT. 1 ■ 00 368 . 00 PER LIN.FT. m I 17 1,200.00 CRUSHED SURFACING TOP COURSE AT ca TON 11 . 60 13,920 .00 E PER TON 18 302.00 REMOVE CONCRETE CURB AND GUTTER AT Q rn LIN.FT. 2 60• 785 20• 0 E. PER LIN.FT. v c I 0 19 157.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT o 0o SQ.YD. 15 ■ 55 2,449 . 13 o 03 to I PER SQ.YD. = 20 69.00 REMOVE ASPHALT AT CURB AND GUTTER ATli SQ.YD. 15 . 55 1,072 . 95 c IPER SQ.YD. 0 a) rn c I m LE (A 43 7 m O co 10 I 06/09/2009 2 2009-SCHPR-bidtab.xls M_�_ S- 09- CH_C a 5 EL I" , I 2009 STREET OVERLAY WITH CURB RAMPS SCHEDULE C I 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) I ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS I 2'1 . .: i... —. 12.50 CEMENT CONC.TRAFFIC CURB AND GUTTER AT LIN.FT. 29 . 00 362 . 50 I . PER LIN.FT. AT 22 38.40 CEMENT CONCRETE SIDEWALK . SQ.YD. YD. 29 . 00 1,113 . 60 IPER SQ. 23 18.50 INSTALL ASPHALT AT CURB AND GUTTER AT TON 103 . 00 1,905 . 50 a) To I PER TON U) . Zs • AT *= 24 3.00 TOPSOIL TYPE A c) I TON 66 . 50 199. 50 PER TON u) .7 25 AT I23.50 INSTALL SOD SQ.YD. 13. . 80 324 .30 F0 c.) PER SQ.YD. ci AT .1:1 I 26 2.00 EACH RELOCATE SIGN 200 . 00 400 . 00 PER EACH a) a) (0 27 1.00 EROSION AND SEDIMENT CONTROL +C. LUMP SUM LUMP SUM 500.00 c e 0) 28 1.00 FINISH AND CLEANUP < en , F5 LUMP SUM LUMP SUM 420 •00 sc c I 0 a) co SCHEDULE A TOTAL 62,558 • 37 0 0 ii 0 II 9.5%SALES TAX ON SCHEDULE A ONLY 5 SCHEDULE B TOTAL- ,943 • 05 725,490 • 54 0 IL SCHEDULE C TOTAL 372,727 • 49 •tt- I SCHEDULES A,B,&C TOTAL 1,166,719.45 0 a) ce I iii co ..c 1 c.) W f2 I 5 co 0 4-, ce) 0 I 06/09/2009 3 2009-SCHPR-bid_tab.xls ID 73 09-SCH_C :74 C:e 6 Q0.. - - - -- — — -1 III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA I I ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: I NO. 1 DATE 6/15/2009 I NO. DATE I 1 NO. DATE I cu II Ta Co E 11. //414 /,---- ------ — SIGNED 1 ›,u) ''' III TITLE PRESIDENT E 0 0. NAME OF COMPANY WESTERN ASPHALT, INC. 1 ADDRESS PO BOX 980 CITY/STATE/ZIP MAPLE VALLEY, WA 98038 0 I TELEPHONE (206) 624-4433 2n) 1 2 I 2 s CITY OF RENTON - • STATE CONTRACTORS z I BUSINESS LICENSE# 4480 LICENSE# WE STEA*2 9 4QP (7 cu )0 c C o.) Ca, - CO 111 :cc) 7,- 15 u- .a. (3 1 cK 013 ..., = a) C12 1 ) ICC... 1:5 x CT w g (r) c t 1 2009 STREET OVERLAY WITH CURB RAMPS 4 42 N.-0 I r) (1) -cs a)-5 0) 0 n-Il 1 I fVY I et + + N.rr0 CITY OF'RENTON 20.09 STREET OVERLAY WITH CURB RAMPS 1 CAG-09-092 I ADDENDUM NO. 1 TO THE BID PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS IDate of Issue: 15 June, 2009 Date of Bid Opening: 30 June,2009 I NOTICE TO ALL PLANHOLDERS: a)0 Cu 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 o of this Addendum in the space provided in the Proposal Form. Failure to do so will subject the Bidder to Q disqualification of bid. , i E THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: 0 Cu '' The Layout Map in the bid documents shall be REMOVED. 2 The following documents shall be ADDED to the bid documents: I a) a) I Layout Map .(attached). u) C' ALL OTHER REQUIREMENTS OF THE'CONTRACT DOCUMENTS REMAIN IN EFFECT 92 I THE CITY OF'RENTON Q CD C 0 a I - c U obert Hanson, P.E. 0 Transportation Design Supervisor `- u_ U C I O a) 0) IC I Cl) X I W Ems, Ia 2009 STREET OVERLAY WITH CURB RAMPS . ADDENDUM NO. 1 -0 m' City of Renton June 15,2009 ¢ o Page 1 of 1 0 a)a 0)O o_ o.. ' t1 III. PROJECT PROPOSAL CITY OF RENTON • 1 5. BID BOND FORM I Herewith find deposit in the form of a certified check, cashier's c'e , c.sh .r bid bon. the .mo nt of$ 5% of Total Bid Amt.which amount is not less than .'v�';- - 6 •';. • Sign here //i,f ./4,-j,,4,.moi.%" / / Know All Men by These Presents: 1• That we, Western Asphalt, Inc. , as Principal, and First -- National Insurance Company of America as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (5 0) of the Total Amount Bid--- 1 Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs,,executors, administrators, successors and assigns,jointly and severally, by these presents. IThe condition of this obligation is such that if the Obligee shall make any award to the Principal forCAG-0 9-0 9 2 2009 Street Overlay with Curb Ramps according to the terms of the proposal or bid made by . the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful I performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and Ieffect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages;" the amount of this bond. - ,i. ISIGNED, SEALED AND DATED THIS 24th D. ► . e ,AK' , 20;: -- = S Weste. / 9,01,3roOrtfy , _ _. ,,_, Princip. • ` -r . II - First National Insurance Company of America- Surety Holly E. Ulfers, Attorr;`ey_in'-fact-".:",: Received return of deposit in the sum of$ I 2009 STREET OVERLAY WITH CURB RAMPS i! ll ge 38 5. Bid Bond Form ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -0111 111111 t 10 11" . . • • • • • • • • , • ',. ,� 'L• .• 's%;+,> � � .,, 1, ' I)) I` • f 'Y First National Insurance Company of America POWERI 1001 4th Avenue 0 tar ,,..11 OF ATTORNEY Suite 1700 Seattle,WA 98154 KNOW ALL BY THESE PRESENTS: No. 2364 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint ****************HEATHER ALLEN;MARY A.DOBBS;TERRI L.FRANKLIN;JEANNE M.HAGEL;PAMELA A.JARDINE; ROXANA PALACIOS;STEVEN W.PALMER;PATRICIA L.RUSSELL;BONNY SMITH;ANGELA D.TONNON;HOLLY E. I ULFERS;Seatt!e,WA*********arar***********-*************************************************-****************-*** I its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 26th day of January 2009 I PIA 424eli i A , . Dexter R.Legg,Secretary Timothy A.Mikolajewski,Vice President - CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: I "Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. I "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attomey 1 I issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force 1 and effect. IN WITNESS WHEREOF,I have hereunto set my hand hand affixed the facsimile seal of said corporation Ithis 4nd4 Y t day of , X007 SRAMCf CO I PP q 1 : .0. 1;19;24.*'19;24.* L Dexter R.Legg,Secretary i -ft.. .,vt- ::: E � S-1049/DF1/09_ `ci".`�¢ Safeco®and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF 1 I 10111 '. 1 * . III. PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT ICertification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the tiling of Required Reports. • The bidder X, proposed subcontractor—, hereby certifies that he has_._., has not X_, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has , has not X , filed with the Joint Reporting I Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. i 1 WESTERN/ASPHALT, INC. (co .. t/ //' f Ta 1 B . IJUNE 30, 2009 PRESIDENT 3 Date: (Title) Q 0 I U tE Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed .q I subcontractors only in connection with contracts and subcontracts which are subject to the equal 1 opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause a I are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) E a) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their Q implementing regulations. c o Proposed prime contractors and subcontractors who have participated in a previous contract or c o subcontract subject to the Executive Orders and have not filed the required reports should note that 41 .U CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a a 0 report covering the delinquent period or such other period specified by the Federal Highways 0 S Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. e IL o c EQUAL.DOCIIbh o. W I Tsi 4• 0 Ir ) H .c o � L W CO• E2 't-a I U'S 2009 STREET OVERLAY WITH CURB RAMPS m $ rn-0 M a1� Q.d III.PROJECT PROPOSAL I CITY OF RENTON 7.Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage I (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. 11 AND CERTIFICATION RE: ASSIGNMENT OF 1 ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in I fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assignTo any and all such claims to purchaser, subject to the aforementioned exception. u) AND j MINIMUM WAGE AFFIDAVIT FORM >, 3 I, the undersigned,having been duly sworn, deposed, say and certify that in connection with the performance of the work Cir�L of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such E work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal E o contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance •_ 1 as set forth therein is true to my knowledge and belief. t A C 3 I FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND ti. a) MINIMUM WAGE AFFIDAVIT2 i IT c 2009 Street Overlay with Curb Ramps Q E a) Name of Project •co SQ I o U o WESTERN : . • T, INC. o c 4•0409.fBidd-Ts ;� tj ////://:// ;I/ / // /ice ,,. .1LL R7 4 ature of •u orized Representative of Bidder w c- c Subscribed and sworn to before me on this 304h day of_TM C/ , 2009. 0 i ``011111111%%�I c mw- � ,-i, PoN it? II 04LAA-AL L, VI5e� VQ fL,g9 °� �Icry PubPic in and for the State of Washington ... LIGwirAfff tar), (Print) l'.Y t-tL I L , iL fir' c ca �N � slppointment expir i -( ( dz b10 E a C? U NI 0 2009 STREET OVERLAY WITH CURB RAMPS � 00 •' ,. \ • ortrtel t •.. ty.1 3 1 e• `."` • • •s- -•i'" *.fryft ,- 111 N t 111 I 111. . III PROJECT PROPOSAL 1 8. Fair Practices Policy Affidavit of Compliance o1`tY O� CITY OF RENTON • FAIR PRACTICES POLICY SAFFIDAVIT OF COMPLIANCE iWESTERN ASPHALT, INC. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I I. It is the policy of WESTERN ASPHALT, INC. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to Ithe race,creed,color,sex,national origin,age, disability or veteran status. II. WESTERN ASPHALT, INC. complies with all applicable d I (Name of contractor/subcontractor/consultant) 0 to federal, state and local laws governing non-discrimination in employment. III. When applicable, WESTERN ASPHALT, INC. will seek out and (Name of contractor/subcontractor/consultant) Q I negotiate with minority and women contractors for the award of subcontracts. E 0 U ca IWILLIAM J. PETERSON Print Agent/Representative's Name a) u) I _N PRE . D NT Prin a Pr "es nt.t'--r le i a) 7, _ +r/.« t e s SIAy.ture O• O C .. COa) JUNE 30, 2009 Q m Eur Date Signed C)• o ,I-• a U N C a Q I Q� U O O C H I li.5 m c o 7. N I2009 STREET OVERLAY WITH CURB RAMPS J:\STREET\PMS\2009\09 Overlay\14_FAIR.DOC\ a)p Cu '-.a Y 1 ,- , 2009 Street Overlay with Curb Ramps ICAG-09-092 9. SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid tsubmittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. IComplete the following: If awarded the contract, WESTERN ASPHALT, INC. will contract with the following I subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: I Bid Item(s) ITEM # A-15, B-19 Tei Subcontractor Name G & G INC. N Address 18044 SE 224TH ST, KENT, WA 98042 > ca GGCOR**081MU Phone No. 425 432-1325 State Contractor's License No. 3 Zt i Bid Item (s) E 0. 1 al Subcontractor Name Address 1 Phone No. State Contractor's License No. a ID I E a� I) %��' '� CO / ��. //% oia o / t���r- .gI sized Rf3ntative o •• c.) rn co , 1111111/ f� I- Subscribed and sworn to be beforelafpli this day of J km_. , 2009. o s 1, /� ci �Qj*NO 4.9 %`5 ? 1,t61-at I/. VI / .. AFK I •' P UBUC z Notary Public in and for 0 S R the State of Washington �, '901)• ,,e►/aotia`r C? '41,��/0 i i i S votary (Print) bt 6[AI fr. 6(r� o 2 Residing at M X01 L V GL( ,1 9 ,W h a � � My appointment expires: I!/41 D/ )/J i 0 of 2 N 'a- tU c j:\sireet\pms\2008\12_sub.doe Revised 9/2006 as d — ------ ------ ,-- , . .• I 1 •- ,.•,..'.,,‘•-".44,4 i i,l• ..„,,,,,,,.. ..-_,, ...'... ...„, ... -. - --t 10 " . . . t,,-in- t . :','.• %.,'0.e... . -;:, el''•,,..e `i•orle,,,k,'•('••'„--•.:'. - ..'''. •-•,,"'••••:.,:„•• --. \';•-•,,,'" i; ,‘•. •:-. st ,•:',.••• i '' - •..•,.••••"••' '' \\\ t .. Ili \ 1 I I . I I I I 11 .------ ---- % -------------- -------- 11 ft • V t . .... . \ 1 N. CONTRACT DOCUMENT FORMS CITY OF RENTON 1 i 1 1 1 INFORMATION ONLY 1 1 IV CONTRACT DOCUMENT FORMS 1 DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. I i i 1 2009 STREET OVERLAY WITH CURB RAMPS H/forms/contracts/2008-0L IV.doc/WFWG3.11 Approved by Larry Warren 2/14/92 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON IBond No. 6620695 BOND TO THE CITY OF RENTON I KNOW ALL MEN BY THESE PRESENTS: I- That we, the undersigned Western Asphalt, Inc. a . as principal, and First National Insurance Company of America corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified under the laws I A 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 $ 1,166,719.4 5 for the payment of which sum on demand we bind ourselves and our successors, II ' heirs, administrators or person representatives, as the case may be. L. . . . This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton, i 1 L. . Dated at Seattle , Washington, this 10th day of July , 2009. I 1M Nevertheless, the conditions of the above obligation are such that: , 1--- WHEREAS, under and pursuant to Public Works Construction Contract CAG-09-092 providing for construction of 2009 Street Overlay with Curb Ramps, the principal is required to furnish a bond for the _ faithful performance of the contract; and _ 1 • 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; li NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who i 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 -I• 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 othe ise it shall be and remain in full force and effect. / / . _ 1 1' Wester / s! .7/ / ,/ First National Insurance Company of America Prin, 1.1 ir / 7,4,- - / - . Surety 4 /, i , /57:0W-/-C-- Signafie _.: - __ . --Signatirre— . / WILLIAM J. PETERSON, PRESIDENT - , Bonny Smith, Attorney-in-Fact . _ Title - - Title l• _ _ 2009 STREET OVERLAY WITH CURB RAMPS Lifforms/contracts/2008-0L IV.docIWFWG3.11 Approved by Lany Warren 2114192 L v t i • L IP 1928 43 t• v-,, .1.0. ..e.. -.., Dexter R.Legg,Secretary wci °••veAs0- 0 , A Safeco8 and the Safeco logo are registered trademarks of Safeco Corporation S-1049/DF 1/09 • ., L WEB PDF OW ONS /1111 OW 01,--) oar 11---1 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 1 violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the ' Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence ' performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable,for the account and at the expense of the Contractor,and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and ' other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the ' Contract to be performed hereunder, including loss of life,personal injury and/or damage to 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. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any ' litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay ' all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. ' 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, 2 C1-2009 its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 1 Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely ' for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 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 fmal execution, and shall complete the full performance of the Contract not later than 70 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for ' each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any ' damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from ' Contractor for any defective or unauthorized work. Defective or unauthorized work includes,without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. ' If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all ' reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all ' amounts due or to become due the Contractor. 3 C1-2009 The Contractor agrees the above oneyear limitation shall notCity's exclude or diminish the City s rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. ' Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to ' time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance ' of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph ' 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The ' Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of 1,16 6,719.45 numbers ONE MILLION ONE HUNDRED SIXTY SIX THOUSAND SEVEN HUDRED NINETEEN writtenwords DOLLARS AND FORTY FIVE CENTS. ' including Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions"of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being ' interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE 1 STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of ' the covenants and agreements contained in this Agreement, or to exercise any option 4 C1-2009 conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and 1 remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at I the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter I specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent 1 1 of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. I18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. I 111 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become I applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IIN 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 1 first above-written. i i � � ' 01,4;. e g .'ier / CITY OF ' 1 ON fr -11/1(7/ /e I Pr-. e .'a tl a ryg Owner Mayor Denis L a a /` ATTEST e . 6 1_9-7 deo-x...44,c.e..4 (AiaLip,;-". retary Bonnie I . Walton, City Clerk II .a WESTERN ASPAHLT, INC. Firm Name check one I ❑ Individual ❑ Partnership Corporation Incorporated in WASHINGTON I 5 C1-2009 I 100 100 1101 00 00 00 001 10/ 00 00 01111 `(., i } \ 4 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. 1 • 1 I 1 I 6 C1-2009 1 . Ip' Y 9,4 Insurance Requirements For City of Renton The Cityof Renton requires the industry standard: • $1,000,000 Commercial General Liability,with$2,000,000 in the aggregate • $1,000,000 Auto Liability(Needed f a vehicle will be used in performance of work This would include delivery of products to worksite) ' • $1,000,000 Excess Liability(if required in contract;can be in tandem with CGL) • Proof of Workers' Compensation coverage(provide the number) • $1,000,000 Professional Liability(if required in contract) Requirements unique to the City of Renton: ' • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Due to a statement found at the upper right of the ACORD form,please provide the endorsement page(s)from the policy(ies),evidencing Primary&Non- contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the 1 expiration date thereof,the issuing company will mail 45 days written notice to the certificate holder to the left."-per RCW 48.18.290. • Put descriptive text of the project in the"Description of Operations"box • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here} 1055 South Grady Way Renton,WA.98057 ' • For expeditious review and approval,please forward the Certificate of Insurance and pertinent endorsement page(s)to: City of Renton ATTN: Pauli Sulky—HR&RM 1055 South Grady Way Renton,WA. 98057 • ' - Direct any questions,comments or concerns to: Pauli Sulky— 425.430.7661/desk 425.430.7650/main 425.430.7665/fax psulky@rentonwa.gov 1 I . • City of Renton I ibrt9.4 .e . ".-.T--,. human.Resources a Risk Management Department Insurance Infomiation Form 1 FOR: PROJECT NUMBER: STAFF.CONTACT: I Certificate of Insurance indicates the coverages/limits specified in El Yes 0 No contract? I Are the ibilowing coverages and/or conditions in effect? D Yes The.Commercial liability policy form is an ISO 1993 El Yes D No CI No. Occurrence Form or Equivalent?. - ISO 12/07 Occurrence Form 111- (If no;attach a copy of the policy with required coverages clearly identified) CO.0043 Amendathry Endorsement provided?* - See Below 11 Yes- ID No I General Aggregate provided on a"pea-project basis(032503)?*See Below n Yes M No Additional Insured wording proVided?* 1=1. Yes D No ICoverage on a priinarybasis and non-cOntributing basis?* M Yes [] No Waiverof Subrogatien Clause applies?* al Yes D No ISeverability ofinteoest Clause(Cross Liability)applies? pi Yes 0 No Notice ofCancellationfflon-Renewal El Yes El No amended to 45 days per RCW 48::18.290?* I *To.be.show:on eettfflente fif insurimpe* IAM BEST'S RATING FOR CARRIER GL A XV Auto A XV Umb A XV Professional N/A IThis Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend,extend or alter the coverage afforded by the:policies indicated on the attache4 CERTIFICATE OF I INSURANCE The CITY OF RENTON, at its option, shall obtain Copies of the policies'and/or specific declaration:pages nom as'sunlcd bidder prior to execution of contact Kibble & Prentice Christine Lopez I !trwion St . , Suite 1000 Completed BY(TYpe or Print N ••el I Seattle, WA 98101 Addma Completed By(Signature Christine Lopez 206-577-5524 IName of person tO contact . Telephone Number • NOTE: 21HS QUESTIONNAIRE MUST BE COMPLETED FOR. EACH LEW OF COVERAOE AND IATTACHED TO CERTIFICATE OF AWSURANCE CG 0043 Not applicable to newer ISO Editions I Aggregate Per Project Coverage Provided under Form G-18652-H Copy attached to Certificate I 07/21/2009 01:13 4254321096 WESTERN ASPHALT PAGE 01/07 11i. Client/it;321299 WESTEASP1 ACD,RDTU CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDTY) _ 7/20/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.Box 370 HOLDER_THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle,WA 98111 206 441-6300 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER Valley Forge Insurance Company 20808 Western Asphalt,Inc, INSURERS: Transportation Insurance Company 20494 PO Box 980 INSURER C: American Casualty Company of Reading 20427 1 IL Maple Valley,WA 98038 INSURER D; Westchester Surplus Lines INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING L(II. ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'L P•LIGY CTIYE LILY EX' -ATION J.TR NSRL A TYPE OP INSURANCE POLICY NUMBER DTE f MID DATE IMM/DD/YY) LIMITS 11 A GENERAL LIABILITY 2048340984 12/31/08 12/31/09 EACH OCCURRENCE $1,000 000 .1L X COMMERCIAL GENERAL LIABILITY •_MAGE T•-ENTED Ql $300,000 CLAIMS MADE FTC OCCUR MED EXP(Any one pan n) ;5,000 {� X PD Ded;1,000 PERSONAL&ADV INJURY $1,000,000 UAL GENERAL AQOREGATE _S2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS•COMP/OP AGO $2,000,000 7 POLICY r X_,I Fl LOC C AUTOMOBILELIARILITY 2048340404 12/31/08 12/31/09iLl QOMEINED SINGLE LIMIT X ANYAUTO (Eaaoaldent) $1,000,000 ALL OWNED AUTOS BODILY INJURY 8 _ SCHEDULED AUTOS (Pee pan onl I X HIRED AUTOS € In BODILY INJURY X NON•OWNEDAUTOS (ParpwcIeent) _ - PROPERTY DAMAGE a (P'r,,ccldenl) 41 GARAGE LIABILITY AUTO ONLY-EAACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY; ADI S �r] B EXCESSNMBRELLL LIABILITY 2048528422 12/31/08 12/31/09 EACH OCCURRENCR $6,000,000 '� X OCCUR in CLAIMS MADE, AGGREGATE $5,000,000 S _ DEDUCTIBLE $ JJ X RETENTION S10,000 $ A WORKERS COMPENSATION AND 2048340984 12/31/08 12/31/09WOSIATU- 0TH- EMPLOYERS'LIABWTY _ TORY I IRII7q ER ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap Only E,L.EACH ACCIDENT $1,000,000 OFFICER+MEMBER EXCLUDED? E.L.DISEASE•EA EMPLOYEE $1,000,000 (1 Km.tlancrIpe undo. �+•+ _SPECIAL PROVISIONS below E,L DISEASE-POLICY LIMIT_sI,000,000 D OTHER Pollution G240822340001 7/20/09 7/20/10 $2,000,000 Aggregate Liability $1,000,000 Each, Incide Job-Specific $6,000 Deductible 13 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS Re:2009 Street Overlay With Curb Ramps. The City of Rentlon is named additional Insured per the attached endorsement.Waiver of Subrogation applies to General Liability policy . per the attached endorsement. General Liability policy Is primary and non-contributory. Per Project Aggregate applies. "10 Days Notice for Non-Payment of Premium I� i CERTIFICATE HOLDER CANCELLATION Lk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL.ENDEAVOR TO MAIL 45! DAYS WRIT,.N _ 1066 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL L Renton,WA 98066-0818 IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AU/JI DI D RSP' VE LI ACORD 26(2001108)i of 2 #83933188/M3240164 CMLJU a ACORD CORPORATION 1968 E Ir - M nT j mu I try I Tr--1 rr- ] rir ) J P._ J U _ 1 H 1 -7 f_ .1 T ENDORSEMENT 1 ' In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). t1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. ' 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary ' insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not ' affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, ' canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. ' 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. ' 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. i Date Authorized Representative Signature t ' Insurancepkdoc\ 1 • CITY OF RENTON ' CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS tThe(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense ' • coverage assumed under.contract) Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all t • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number ' (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts,errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 1 Insurancepkdoc\ I ILIMITS REQUIRED IThe(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability IGeneral Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 I Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 IStop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) IAutomobile Liability Bodily Injury/Property Damage $ 1,000,000 I (Each Accident) Workers'Compensation ICoverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability IEach Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 IProducts/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) IEach Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 I (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) IPollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 I Aggregate $ 1,000,000 I I I I Insurancepk.doc\ I ADDITIONAL REQUIREMENTS ' (CONTRACTOR) shall Name CITY OF RENTON, and its officers,officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all tpolicies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 1 2) Include a Waiver of Subrogation Clause. t3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days ' prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are ' reduced for any reason,and shall reinstate.the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. 1 1 1 I I 1 1 1 Insurnncepk.doc\ I • I ACORD n,, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: I INSURER B: INSURER C: INSURER D: I INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY I PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSLTR POLICY TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY EFFECTIVE DATE EXPIRATION LTR (MM/DD/YY) (M lYY) LIMITED I GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE XOCCUR MED EXP(Any one person) $ 5,000 — PERSONAL&ADV INJURY $ 1,000,000 I GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 ❑POLICY ❑PROJECT ❑LOC PRODUCTS-COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT I X ANY AUTO (Ea accident) $ 1,000,000 -ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ -HIRED AUTOS I NON OWNED AUTOS BODILY INJURY — (Per accident) $ (PeerOaccident TY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO N/A OTHER THAN EAACC $ AUTO ONLY: AGG $ EX-CESS LIABILITY EACH OCCURRENCE $ ❑OCCUR ❑CLAIMS MADE AGGREGATE $ I rEDUCTIBL DRETENTIONE $ $$ $ WORKERS COMPENSATION AND I WC STATU- OTH- I EMPLOYERS'LIABILITY TORY LIMITS ER E.L EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L DISEASE-POLICY LIMIT $ I OTHER IDESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton is named as an additional insured I CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO I 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE ' V.Contract Specifications City of Renton I I 111 I i i 1 V CONTRACT SPECIFICATIONS 10 S I I I I I I 2009 Street Overlay with Curb Ramps 1 1 City of Renton 1 � 2009 STREET OVERLAY � WITH CURB RAMPS SPECIAL PROVISIONS � (CY 0 Nft NeP 1 s• N'r0 1 1 � I T Wasimigton State Depanment I111 American Public Works Ass°ciation Wasiangton State Chapter 1 1 1 z 0 0 CL V W NM 111111 - r r Nr In r Mr mg r r r r r — MI MN IIIIIII 1 SPECIAL PROVISIONS 2 3 4 1-01 DEFINITIONS AND TERMS 1 5 6 1-01.1 General 7 Section 1-01.1 is supplemented with: 8 (******) 9 Whenever reference is made to the State, Commission, Department of Transportation, 10 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be 11 deemed to mean the City of Renton acting through its City Council, employees, and duly 12 authorized representatives for all contracts administered by the City of Renton. 13 14 1-01.3 Definitions 15 Section 1-01.3 is revised and supplemented by the following: 1 17 Act of god 18 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of 19 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for 20 the specific locality of the work, which might reasonably have been anticipated from 21 historical records of the general locality of the work, shall not be construed as an act of god. 22 23 Consulting Engineer 24 The Contracting Agency's design consultant, who may or may not administer the 25 construction program for the Contracting Agency. 26 27 Contract Price 28 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in 29 properly executed change orders. 30 31 Day 32 Unless otherwise designated, day(s) as used in the Contract Documents, shall be 33 understood to mean working days. 34 35 Engineer 36 The City Engineer or duly authorized representative who is a currently licensed registered 37 engineer in the State of Washington, or an authorized member of a licensed consulting firm 38 retained by Owner for the construction engineering of a specific public works project. 39 40 Inspector 41 Owner's authorized representative assigned to make necessary observations of the work 42 performed or being performed, or of materials furnished or being furnished by Contractor. 43 44 Or Equal 45 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency 46 on recommendation of the engineer, shall be the sole judge of the quality and suitability of 47 the proposed substitution. 48 The responsibility and cost of furnishing necessary evidence, demonstrations, or other 49 information required to obtain the approval of alternative materials or processes by the I 50 Owner shall be entirely borne by the Contractor. 51 52 Owner 53 The City of Renton or its authorized representative also referred to as Contracting Agency. 54 55 Performance and Payment Bond 56 Same as "Contract Bond" defined in the Standard Specifications. ' 57 58 Plans I . RENTON GS PS 1 1 Thec and dimensions of contract plans and/or standard plans which show aracter h , 2 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may 3 either be bound in the same book as the balance of the Contract Documents or bound in I 4 separate sets, and are a part of the Contract Documents, regardless of the method of 5 binding. The terms "Standard Drawings" or "Standard Details" generally used in 6 specifications refers to drawings bound either with the specification documents or included 7 with the Plans or the City of Renton Standard Plans. 8 9 Points 10 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, 11 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal 111 12 and vertical control of the work. 13 '14 Provide 15 Means "furnish and install" as specified and shown in the Plans. 16 17 Secretary, Secretary of Transportation , 18 The chief executive officer of the Department and other authorized representatives. The 19 chief executive officer to the Department shall also refer to the Department of 20 Planning/Building/Public Works Administrator. 21 22 Shop Drawings 23 Same as "Working Drawings" defined in the Standard Specifications. 24 25 Special Provisions I 26 Modifications to the standard specifications and supplemental specifications that apply to an 27 individual project. The special provisions may describe work the specifications do not cover. 28 Such work shall comply first with the special provisions and then with any specifications that 29 apply. The Contractor shall include all costs of doing this work within the bid prices. I 30 31 State 32 The state of Washington acting through its representatives. The State shall also refer to The 33 City of Renton and its authorized representatives where applicable. 34 35 Supplemental Drawings and Instructions 36 Additional instructions by Engineer at request of Contractor by means of drawings or I 37 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such 38 drawings and instructions are consistent with the Contract Documents. 39 40 Utility 41 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or 42 communications and shall be understood to include tracks, overhead and underground 43 wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 44 45 46 1-02 BID PROCEDURES AND CONDITIONS 47 ' 48 1-02.6 Preparation of Proposal 50 50 51 52 5354 55 56 1-02.6(1) is a new section. 57 et. RENTON GSPS 2 I 1 1-02.6(1) Proprietary Information I 2 Vendors should, in the bid proposal, identify clearly any material(s) which constitute 3 "(valuable) formula, designs drawings, and research data" so as to be exempt from 4 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, 5 along with a Statement of the basis for such claim of exemption. The Department (or I 6 State) will give notice to the vendor of any request for disclosure of such information 7 received within 5 (five) years from the date of submission. Failure to so label such 8 materials or failure to timely respond after notice of request for public disclosure has 9 been given shall be deemed a waiver by the submitting vendor of any claim that such I 10 materials are, in fact, so exempt., 11 12 1-02.12 Public Opening of Proposals 13 Section 1-02.12 is supplemented with the following: I 14 (******) 15 The Contracting Agency reserves the right to postpone the date and time for bid opening. 16 Notification to bidder will be by addenda. 1 17 18 1-03 AWARD AND EXECUTION OF CONTRACT 19 I 20 1-03.1 Consideration of bids 21 Section 1-03.1 is supplemented with the following: 22 (******) 23 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted I 24 unless so stated in the call for bids or special provisions. The City reserves the right however 25 to award all or any schedule of a bid to the lowest bidder at its discretion. 26 I 27 1-03.2 Award of Contract 28 Section 1-03.2 is supplemented with the following: 29 (******) 30 The contract, bond form, and all other forms requiring execution, together with a list of all I 31 other forms or documents required to be submitted by the successful bidder, will be 32 forwarded to the successful bidder within 10 days of the award. The number of copies to be 33 executed by the Contractor shall be determined by the Contracting Agency. 34 I 35 1-03.3 Execution of Contract 36 Section 1-03.3 is revised and supplemented as follows: 37 (******) I 38 Within 10 calendar days after receipt from the City of the forms and documents required to 39 be completed by the Contractor, the successful bidder shall return the signed Contracting 40 Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a 41 satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by I 42 the Contracting Agency, the successful bidder shall provide any pre-award information the 43 Contracting Agency may require under Section 1-02.15. 44 45 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting I 46 Agency nor shall any work begin within the project limits or within Contracting Agency- 47 furnished sites. The Contractor shall bear all risks for any work begun outside such areas 48 and for any materials ordered before the contract is executed by the Contracting Agency. 59 I50 If the bidder experiences circumstances beyond their control that prevents return of the 51 contract documents within 10 calendar days after the award date, the Contracting Agency 52 may grant up to a maximum of 10 additional calendar days for return of the documents, I 53 provided the Contracting Agency deems the circumstances warrant it. 54 55 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a 56 Contractor who is not registered or licensed as required by the laws of the state. In addition, I 57 the Contracting Agency requires persons doing business with the Contracting Agency to 58 possess a valid City of Renton business license prior to award. 59 IRENTON GS PS 3 1 When the Bid Form provides spaces for a business license number, a Washington State 2 Contractors registration number, or both the Bidder shall insert such information in the 3 spaces provided. The Contracting Agency requires legible copies of the Contractor's I 4 Registration and business license be submitted to the Engineer as part of the Contracting 5 Agency's post-award information and evaluation activities. 6 7 1-04 SCOPE OF WORK 8 Section 1-04 is supplemented by adding the following: 9 (******) 10 The intent of the contract covered by these specifications is to provide a minimum of 111 11 2 inches compacted depth of HMA Class %" PG 64-22 asphalt concrete pavement at 12 various locations, which are shown on the attached drawings. Channelization shall 1 13 be installed on some of these streets per plans. All work required to complete the 14 project specified herein, but not specifically mentioned on the plans and 15 specifications, shall be performed by the contractor and shall be considered as 16 incidental to the construction, and all costs therefore shall be included in the unit 17 contract price. Due to restrictions some portions of this contract may be deleted or 18 added. 19 20 There must, at all times, be materials on the lob site to handle any and all hazardous 21 material spills, caused by the contractor, such as tack, oils, diesel, etc.. Materials 22 would include, but not be limited to, oil absorbent pads and "kitty litter". The 1 23 Contractor must supply said materials at his expense and, in the event of a spill, be 24 responsible for proper cleanup and legal disposal of contaminated or hazardous 25 materials. 26 27 The Contractor must contact the City's inspector by 7:00 a.m. each morning to inform 28 him when and where the contractor's crew will be working that day. 29 30 31 1-04.2 Coordination of Contract Documents, Plans, Special Provisions 32 Specifications, and Addenda 33 Revise the second paragraph to read: 34 (******) 35 Any inconsistency in the parts of the contract shall be resolved by following this order of 36 precedence(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 37 1. Addenda, 38 2. Proposal Form, 39 3. Special Provisions, 40 4. Contract Plans, 41 5. Amendments to the Standard Specifications, 42 43 6. Standard Specifications for Road, Bridge and Municipal Construction 2008 I 44 Washington State Department of Transportation 45 7. Contracting Agency's Standard Plans (if any) 46 8. WSDOT Standard Plans for Road, Bridge and Municipal Construction 47 48 Section 1-04.3 is a new section: 49 ******) 50 1-04.$ Contractor-Discovered Discrepancies 51 Upon receipt of award of contract, Contractor shall carefully study and compare all the I 52 components of the Contract Documents and other instructions, and check and verify all field 53 measurements. Contractor shall, prior to ordering material or performing work, report in 54 writing to Engineer any error, inconsistency, or omission in respect to design or mode of 55 construction, which is discovered. If Contractor, in the course of this study or in the 56 accomplishment of the work, finds any discrepancy between the Plans and the physical RENTON GSPS 4 1 condition of the locality as represented in the Plans, or any such errors or omissions in 2 respect to design or mode of construction in the Plans or in the layout as given by points and 3 instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and 4 Engineer will promptly check the same. Any work done after such discovery, until correction 5 of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, 1 6 will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided 7 in Section 1-04.4 of the Standard Specifications. 8 9 1-04.4 Changes 10 The last two paragraphs are replaced with the following: 11 (******) 12 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will 13. evaluate such proposals by the Contractor on a case-by-case basis. 14 15 1-04.8 Progress Estimates and Payments 16 Section 1-04.8 is supplemented as follows: 17 (******) 18 The Contractor is encouraged to provide to the Engineer prior to progress payments an 19 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions 20 shall be final in regard to the actual percentage of any lump sum pay item accomplished and 21 eligible for payment unless another specific method of calculating lump sum payments is 22 provided elsewhere in the specifications. 23 24 1-04.11 Final Cleanup 25 Section 1-04.11 is supplemented as follows: 26 (******) 27 All salvage material as noted on the plans and taken from any of the discarded facilities ' 28 shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. 29 Any cost incurred in salvaging and delivering such items shall be considered incidental to the 30 project and no compensation will be made. 31 32 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all 33 work, equipment and materials required to perform final cleanup. If this pay item does not 34 appear in the contract documents then final clean up shall be considered incidental to the 35 contract and to other pay item and no further compensation shall be made. 36 37 1-05 CONTROL OF WORK ' 38 - 39 1-05.4 Conformity With and Deviation from Plans and Stakes 40 Section 1-05.4 is supplemented with the following: 41 (******) ' 42 If the project calls for Contractor supplied surveying, the Contractor shall provide all required 43 survey work, including such work as mentioned in Sections 1-05.4 and 1-11 and elsewhere 44 in these specifications as being provided by the Engineer. All costs for this survey work shall 45 be included in "Contractor Supplied Surveying," per lump sum. I 46 47 The Engineer or Contractor supplied surveyor will provide construction stakes and marks 48 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such 49 work per Section 1-11. The Contractor shall assume full responsibility for detailed 50 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor 51 supplied surveyor furnished stakes and marks. 52 53 The Contractor shall provide a work site which has been prepared to permit construction 54 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or 55 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours 56 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting ' 57 stakes. 58 RENTON GSPS 5 1 1 The Contractor shall carefully preserve stakes, marks, and other reference points, including 2 existing monumentation, set by Contracting Agency forces. The Contractor will be charged 3 for the costs of replacing stakes, markers and monumentation that were not to be disturbed I 4 but were destroyed or damaged by the Contractor's operations. This charge will be deducted 5 from monies due or to become due to the Contractor. 6 7 Any claim by the Contractor for extra compensation by reason of alterations or 8 reconstruction work allegedly due to error in the Engineer's line and grade, will not be 9 allowed unless the original control points set by the Engineer still exist, or unless other 10 satisfactory substantiating evidence to prove the error is furnished the Engineer. Three I 11 consecutive points set on line or grade shall be the minimum points used to determine any 12 variation from a straight line or grade. Any such variation shall, upon discovery, be reported 13 to the Engineer. In the absence of such report the Contractor shall be liable for any error in 14 alignment or grade. 15 16 The Contractor shall provide all surveys required other than those to be performed by the 17 Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING i 18 STANDARDS of these specifications. 19 20 The Contractor shall keep updated survey field notes in a standard field book and in a format 21 set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work. ' 22 performed by the Contractor's surveyor in establishing line, grade and slopes for the 23 construction work. Copies of these field notes shall be provided the Engineer upon request 24 and upon completion of the contract work the field book or books shall be submitted to the 25 Engineer and become the property of the Contracting Agency. I 26 27 If the survey work provided by the Contractor does not meet the standards of the Engineer, 28 then the Contractor shall, upon the Engineer's written request, remove the individual or I 29 individuals doing the survey work and the survey work will be completed by the Engineer at 30 the Contractor's expense. Costs for completing the survey work required by the Engineer will 31 be deducted from monies due or to become due the Contractor. 32 11133 All costs for survey work required to be performed by the Contractor shall be included in the 34 prices bid for the various items which comprise the improvement or be included in the bid 35 item for "Contractor Supplied Surveying" per lump sum if that item is included in the 36 contracts. 37 38 Section 1-05.4(3) is a new section: 39 (******) 40 1-05.4(1) Contractor Supplied Surveying 41 When the contract provides for Contractor Supplied Surveying, the Contractor shall 42 supply the survey work required for the project. The Contractor shall retain as a part of 43 the Contractor Organization an experienced team of surveyors under the direct ' 44 supervision of a professional land surveyor licensed by the State of Washington. All 45 survey work shall be done in accordance with Sections 1-05.4 and 1-11. 46 47 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, 48 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor 49 from constructing the project in a manner satisfactory to the Engineer. All errors, 50 discrepancies, and omissions must be corrected to the satisfaction of the Engineer 51 before the survey work may be continued. 52 Il 53 The Contractor shall coordinate his work with the Surveyor and perform his operations 54 . in a manner to protect all survey stakes from harm. The Contractor shall inform the 1 55 Surveyor of the Contractor's intent to remove any survey stakes and/or points before 56 physically removing them. 57 58 The surveyor shall be responsible for maintaining As-Built records for the project. The 59 Contractor shall coordinate his operations and assist the Surveyor in maintaining 60 accurate As-Built records for the project. I RENTON GSPS 6 1 I 1 2 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these I .3 4 plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to 5 provide all As-Built records and other work as-directed by the Engineer. The Engineer 6 shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed I 7 8 to the Contractor. 9 Payment per Section 1-04.1 for all work and materials required for the full and complete I 10 survey work required to complete the project and as-built drawings shall be included in 11 12 the lump sum price for"Contractor Supplied Surveying." 13 Section 1-05.4(4) is a new section: - I 1 4 (******) 15 1-05.4(2) Contractor Provided As-Built Information 16 It shall be the contractor's responsibility to record the location prior to the backfilling of 17 the trenches, by centerline station, offset, and depth below pavement, of all existing 1 18 19 utilities uncovered or crossed during his work as covered under this project. 20 It shall be the contractor's responsibility to have his surveyor locate by centerline I 21 station, offset and elevation each major item of work done under this contract per the 22 survey standard of Section 1-11. Major items of work shall include but not be limited to: 23 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction 24 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in I 25 26 Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. 27 After the completion of the work covered by this contract, the contractors surveyor shall 28 provide to the City the hard covered field book(s) containing the as-built notes and one I 29 set of white prints of the project drawings upon which he has plotted the notes of the 30 contractor locating existing utilities, and one set of white prints of the project drawings 31 upon which he has plotted the as-built location of the new work as he recorded in the 32 field book(s). This drawing shall bear the surveyors seal and signature certifying its 1 33 34 accuracy. 35 All costs for as-built work shall be included in the contract item "Contractor Supplied I 36 37 Surveying," lump sum. 38 1-05.7 Removal of Defective and Unauthorized Work 39 Section 1-05.7 is supplemented as follows: I 40 (******) 41 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance 42 with the intent of the Contract and without expense to Owner, and shall bear the expense of I43 making good all work of other contractors destroyed or damaged by such removal or 44 replacement. 45 46 If Contractor does not remove such condemned work and materials and commence m- il 47 execution of the work within 7 calendar days of notice from Engineer, Owner may correct the 48 same as provided in the Standard Specifications. In that case, Owner may store removed 49 material. 50 I 51 If Contractor does not pay the cost of such removal and storage within 10 calendar days 52 from the date of the notice to Contractor of the fact of such removal, Owner may, upon an 53 additional 10 calendar days' written notice, sell such materials at public or private sale, and I54 deduct all costs and expenses incurred from moneys due to Contractor, including costs of 55 sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any 56 such sale. Contractor shall be liable to Owner for the amount of any deficiency from any 57 funds otherwise due Contractor. ' 58 59 I IRENTON GSPS 7 1 1-05.11(3) Operational Testing 2 Section 1-05.11(3) is supplemented as follows: 3 (******) 4 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a 111 5 minimum of 3 working days' notice of the time for each test and inspection. If the inspection 6 is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 7 working days' notice of the date fixed for such inspection. Required certificates of inspection 8 by other authority than Engineer shall be secured by Contractor. 9 10 1-05.14 Cooperation with Other Contractors 11 Section 1-05.14 is supplemented as follows: 12 (******) 13 Contractor shall afford Owner and other contractors working in the area reasonable 14 opportunity for the introduction and storage of their materials and the execution of their I 15 respective work and shall properly connect and coordinate Contractor's work with theirs. 16 17 Other utilities, districts, agencies, and contractors who may be working within the project 18 area are: 19 20 1. Puget Sound Energy(gas and electric) 21 2. AT&T Broadband 22 3. QWEST Communications 23 4. City of Renton (water, sewer, transportation) 24 5. .Soos Creek Water District 25 6. Private contractors employed by adjacent property owners 26 27 The Contractor shall coordinate with City of Renton on tying into any existing electrical 28 service cabinet. 29 30 1-05.18 Contractor's Daily Diary 31 Section 1-05.18 is a new section: 32 (******) 33 1 34 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record 35 of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type 36 that is commonly available through commercial outlets. The Diary must contain the Project I 37 and Number; if the Diary is in loose-leaf form, this information must appear on every page. 38 The Diary must be kept and maintained by Contractor's designated project 39 superintendent(s). Entries must be made on a daily basis and must accurately represent all 40 of the project activities on each day. 41 42 At a minimum, the diary shall show on a daily basis: 43 1. The day and date. 44 2. The weather conditions, including changes throughout the day. 45 3. A complete description of work accomplished during the day with adequate 46 references to the Plans and Contract Provisions so that the reader can easily and 47 accurately identify said work in the Plans. Identify location/description of 48 photographs or videos taken that day. 49 4. An entry for each and every changed condition, dispute or potential dispute, 50 incident, accident, or occurrence of any nature whatsoever which might affect 51 Contractor, Owner, or any third party in any manner. 52 5. Listing of any materials received and stored on- or off-site by Contractor for future 53 installation,to include the manner of storage and protection of the same. 54 6. Listing of materials installed during each day. 55 7. List of all subcontractors working on-site during each day. • 56 8. Listing of the number of Contractor's employees working during each day by 57 category of employment. 58 9. Listing of Contractor's equipment working on the site during each day. Idle 59 equipment on the site shall be listed and designated as idle. RENTON GSPS 8 1 1 10. Notations to explain inspections, testing, stake-out, and all other services furnished 2 by Owner or other party during each day. - I 3 11. Entries to verify the daily (including non-work days) inspection and maintenance of 4 traffic control devices and condition of the traveled roadway surfaces. Contractor 5 shall not allow any conditions to develop that would be hazardous to the public. ill 6 12. Any other information that serves to give an accurate and complete record of the 7 nature, quantity, and quality of Contractor's progress on each day. 8 13. Plan markups showing locations and dimensions of constructed features to be used 9 by Engineer to produce record drawings. I 10 14. All pages of the diary must be numbered consecutively with no omissions in page 11 numbers. 12 15. Each page must be signed and dated by Contractor's official representative on the 13 project. I 14 15 Contractor may use additional sheets separate from the diary book if necessary to provide a 16 complete diary record, but they must be signed, dated, and labeled with project name and I 17 number. 18 19 It is expressly agreed between Contractor and Owner that the Daily Diary maintained 20 by Contractor shall be the "Contractor's Book of Original Entry" for the I 21 documentation of any potential claims or disputes that might arise during this 22 Contract. Failure of Contractor to maintain this Diary in the manner described above 23 will constitute a waiver of any such claims or disputes by Contractor. 24 I 25 Engineer or other Owner's representative on the job site will also complete a Daily 26 Construction Report. 27 28 1-06 CONTROL OF MATERIAL I29 30 1-06.1 Approval of Materials Prior to Use I 31 Section 1-06.1 is supplemented as follows: 32 (******) 33 The materials and equipment lists submitted to Engineer at the Preconstruction Conference 34 shall include the quantity, manufacturer and model number, if applicable, of materials and i I 35 equipment to be installed under the Contract. This list will be checked by Engineer as to 36 conformity with the Contract Documents. Engineer will review the lists within 10 working 37 days, noting required corrections. Contractor shall make required corrections and file 2 38 corrected copies with Engineer within one week after receipt of required corrections. ' 39 Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility 40 for suitability for the intended purpose, nor for deviations from the Contract Documents. 41 I 42 1-06.2(1)...Samples and Tests for Acceptance 43 Section 1-06.2(1) is supplemented a follows: 44 (******) 45 The finished Work shall be in accordance with approved samples. ,Approval of samples by I 46 Engineer does not relieve Contractor of responsibility for performance of the Work in 47 accordance with the Contract Documents. 48 49 1-06.2(2) Statistical Evaluation of Materials for Acceptance I 50 Section 1-06.02(2) is supplemented by adding the following: 51 (******) 52 Unless stated otherwise in the special provisions, statistical evaluation will not be used by I 53 the City of Renton. • 54 55 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC I 56 57 1-07.1 Laws to be Observed 58 Section 1-07.1 is supplemented as follows: I • I RENTON GSPS 9 1 (******) I 2 Contractor shall erect and properly maintain, at all times, as required by the conditions and 3 progress of the work, all necessary safeguards for protection of workers and the public; shall I 4 post danger signs warning against known or unusual hazards; and shall designate as Safety 5 Supervisor a responsible employee on the construction site whose duty shall be the 6 enforcement of safety. The name and position of such person so designated shall be 7 reported in writing to Engineer by Contractor. 8 9 Contractor shall, at all times, enforce strict discipline and good order among all employees 10 and shall not employ any person unfit or not skilled in the work assigned to him/her.11 I 12 Necessary sanitation conveniences for the use of the workers on the job, properly secluded 13 from public observation, shall be provided and maintained by Contractor. 14 15 1-07.6 Permits and Licenses 16 Section 1-07.6 is supplemented as follows: 17 (******) 18 The permits, easements, and right of entry documents that have been acquired are available 19 for inspection and review. 20 21 Contractor shall be required to comply with all conditions of the permits, easements, and 22 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner 23 from claims on all easements and rights of entry. 24 25 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall I 26 comply with the special provisions and requirements of each. 27 28 Permits, permission under franchises, licenses and bonds of a temporary nature necessary 29 for and during the prosecution of the work, and inspection fees in connection therewith shall 30 be secured and paid for by Contractor. If Owner is required to secure such permits, 31 permission under franchises, licenses and bonds, and pay the fees, the costs incurred by 32 Owner thereby shall be charged against Contractor and deducted from any funds otherwise 33 due Contractor. 34 35 1-07.9(5) Required Documents 36 Delete the first sentence of the third paragraph, and replace it with the following: 37 (******) 38 Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors 39 and lower tier subcontractors, regardless of project's funding source. 40 41 42 1-07.99(99) City of Renton Affidavit of Compliance 43 Section 1-07.11(11) is new: 44 (******) 45 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a 46 copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this 47 document will be bound in the bid documents. 48 49 1-07.12 Federal Agency Inspection 50 Section 1-07.12 is supplemented with the following: 51 (******) 52 Required Federal Aid Provisions 53 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the 54 amendments thereto supersede any conflicting provisions of the Standard Specifications and 55 are made a part of this contract; provided, however, that if any of the provisions of FHWA 56 1273, as amended, are less restrictive than Washington State Law, then the Washington 57 State Law shall prevail. 58 I 59 The provisions of FHWA 1273, as amended, included in this contract require that the 60 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together I RENTON GS PS 10 1 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be 2 included in each subcontract requiring the subcontractors to insert the FHWA 1273 and I 3 amendments thereto in any lower tier subcontracts, together with the wage rates. The 4 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is 5 inserted in each subcontract for subcontractors and lower tier subcontractors. For this I 6 purpose, upon request to the Project Engineer, the Contractor will be provided with extra 7 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this 8 Special Provision. 9 I 10 1-07.13(1) General 11 Section 1-07.13(1) is supplemented as follows: 12 (******) 13 During unfavorable weather and other conditions, the contractor shall pursue only such I 14 portions of the work as shall not be damaged thereby. 15 16 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable 17 conditions shall be constructed while these conditions exist, unless by special means or I 18 precautions acceptable to the engineer, the contractor shall be able to overcome them. 19 20 1-07.16(1) Private/Public Property I 21 Section 1-07.16(1) is supplemented by adding the following: 22 (******) 23 The Contracting Agency will obtain all easements and franchises required for the project. 24 The contractor shall limit his operation to the areas obtained and shall not trespass on I 25 private property. 26 27 The Contracting Agency may provide certain lands, as indicated in connection with the work 28 under the contract together with the right of access to such lands. The contractor shall not I 29 unreasonably encumber the premises with his equipment or materials. 30 31 The contractor shall provide, with no liability to the Contracting Agency, any additional land 32 and access thereto not shown or described that may be required for temporary construction I 33 facilities or storage of materials. He shall construct all access roads, detour roads, or other 34 temporary work as required by his operations. The contractor shall confine his equipment, 35 storage of material, and operation of his workers to those areas shown and described and I 36 such additional areas as he may provide. 37 A. General. All construction work under this contract on easements, right-of-way, over 38 private property or franchise, shall be confined to the limits of such easements, right-of-way 39 or franchise. All work shall be accomplished so as to cause the least amount of disturbance 1 40 and a minimum amount of damage. The contractor shall schedule his work so that trenches 41 across easements shall not be left open during weekends or holidays and trenches shall not 42 be open for more than 48 hours. 43 B. Structures. The contractor shall remove such existing structures as may be I 44 necessary for the performance of the work and, if required, shall rebuild the structures thus 45 removed in as good a condition as found. He shall also repair all existing structures which 46 may be damaged as a result of the work under this contract. I 47 C. Easements. Cultivated areas and other surface improvements. All cultivated 48 areas, either agricultural or lawns, and other surface improvements which are damaged by 49 actions of the contractor shall be restored as nearly as possible to their original condition. 50 Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil I 51 from the trench or construction area and stockpile it in such a manner that it may be 52 replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be 53 carefully removed with the earth surrounding their roots wrapped in burlap and replanted in 54 their original positions within 48 hours. I 55 56 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with 57 material of equal quality at no additional cost to the Contracting Agency. In the event that it I 58 is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and 59 replaced after the trenches have been backfilled. The lawn area shall be cleaned by 60 sweeping or other means, of all earth and debris. I IRENTON GS PS 11 • 1 2 The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes 3 used by side sewer contractors for all work, including excavation and backfill, on easements I 4 or rights-of-way which have lawn areas. AU fences, markers, mail boxes, or other temporary 5 obstacles shall be removed by the contractor and immediately replace, after the trench is 6 backfilled, in their original position. The contractor shall notify the Contracting Agency and 7 property Owner at least 24 hours in advance of any work done on easements or rights-of- 8 way. 9 10 Damage to existing structures outside of easement areas that may result from dewatering 11 and/or other construction activity under this contract shall be restored to their original 12 condition or better. The original condition shall be established by photographs taken and/or 13 inspection made prior to construction. All such work shall be done to the satisfaction of the 14 property Owners and the Contracting Agency at the expense of the contractor. I 15 D. Streets. The contractor will assume all responsibility of restoration of the surface of 16 all streets (traveled ways) used by him if damaged. 17 I 18 In the event the contractor does not have labor or material immediately available to make 19 necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting 20 Agency will make the necessary repairs and the cost of such repairs shall be paid by the 21 contractor. ' 22 23 The contractor is responsible for identifying and documenting any damage that is pre- 24 existing or caused by others. Restoration of excavation in City streets shall be done in 25 accordance with the City of Renton Trench Restoration Requirements, which is available at I 26 the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 27 1055 South Grady Way. 28 - 29 1-07.17 Utilities and Similar Facilities 30 Section 1-07.17 is supplemented by adding: 31 (******) 32 Existing utilities indicated in the Plans have been plotted from the best information available 33 to Engineer. Information and data shown or indicated in the Contract Documents with 34 respect to existing underground utilities or services at or contiguous to the project site are 35 based on information and data furnished to Owner and Engineer by owners of such 36 underground facilities or others, and Owner and Engineer do not assume responsibility for I 37 the accuracy or completeness thereof. It is to be understood that other aboveground or 38 underground facilities not shown in the Plans may be encountered during the course of the 39 work. 40 41 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously 42 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their 43 location to be determined by the Engineer or utility personnel under adverse conditions, 44 (inclement weather or darkness). 45 46 Where underground main distribution conduits, such as water, gas, sewer, electric power, or 47 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall I 48 assume that every property parcel will be served by a service connection for each type of 49 utility. 50 51 Contractor shall check with the utility companies concerning any possible conflict prior to I 52 commencing excavation in any area. Contractor shall resolve all crossing and clearance 53 problems with the utility company concerned. No excavation shall begin until all known 54 facilities, in the vicinity of the excavation area, have been located and marked. 55 56 In addition to Contractor having all utilities field marked before starting work, Contractor shall 57 have all utilities field marked after they are relocated in conjunction with this project. 58 , I RENTON GSPS 12 I I 1 1 Call Before You Dig 2 The 48 Hour Locators I 3 1-800-424-5555 4 5 At least 2 and not more than 10 working days prior to commencing any excavations for utility I 6 potholing or for any other purpose under this Contract, Contractor shall notify the 7 Underground Utilities Location Center by telephone of the planned excavation and progress 8 schedule. Contractor is also warned that there may be utilities on the project that are not 9 part of the One Call system. They must be contacted directly by Contractor for locations. I 10 11 Contractor shall make arrangements 48 hours in advance with respective utility owners to 12 have a representative present when their utility is exposed or modified, if the utility chooses 13 to do so. I 14 15 Existing utilities for telephone, power, gas, water, and television cable facilities shall be 16 adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. I 17 These adjustments may be completed before Contractor begins work, or may be performed 18 in conjunction with the contract work. Contractor shallbe entirely responsible for 19 coordination with the utility companies and arranging for the movement or adjustment, either 20 temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 I 21 of these Special Provisions. 22 23 If or when utility conflicts occur, Contractor shall continue the construction process on other 24 aspects .of the project whenever possible. No additional compensation will be made to I 25 Contractor for reason of delay caused by the actions of any utility company and Contractor 26 shall consider such costs to be incidental to the other items of the contract. 27 28 Utility Potholing I 29 Potholing is included as a bid item for use in determining the location of existing utilities in 30 advance of the Contractor's operations. The Contractor shall submit all potholing requests to 31 the Engineer for approval, at least 2 working days before potholing is scheduled. I 32 Additionally, the Contractor shall provide potholing at Engineer's request. 33 34 In no way shall the work described under Utility Potholing relieve Contractor of any of the 35 responsibilities described in Section 1-07.17 of the Standard Specifications and Special I 36 Provisions, and elsewhere in the Contract Documents. 37 38 Payment 39 Payment will be made at the discretion of Engineer, for the following bid item(s) in I 40 accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: 41 "Utility Potholing," Force Account 42 "Resolution of Utility Conflicts," Force Account I 43 44 1-07.17(1) Interruption of Services 45 Section 1-07.17(1) is a new section: 46 (******) I 47 Whenever in the course of the construction operation it becomes necessary to cause an 48 outage of utilities, it shall be Contractor's responsibility to notify the affected users and 49 Engineer not less than 48 hours in advance of such outage. Contractor shall make 50 reasonable effort to minimize the duration of outages, and shall estimate the length of time I 51 service will be interrupted and so notify the users. In the case of any utility outage that has 52 exceeded or will exceed four hours, user contact shall again be made. Temporary service, if 53 needed, will be arranged by Contractor at no cost to Owner. 54 I 55 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing 56 temporary overhead lighting to meet above requirements shall be incidental to the various 57 unit and lump sum items of the Contract; no separate payment will be made. I 58 59 I IRENTON GSPS 13 1 1-07.18 Public Liability and Property Damage Insurance 2 Section 1-07.18 is deleted replaced by the following new section and subsections: 3 (******) 4 5 1-07.18(1) General 6 The contractor shall obtain and maintain in full force and effect, from the Contract 7 Execution Date to the Completion Date, public liability and property damage insurance ' 8 with an insurance company(ies) or through sources approved by the State Insurance 9 Commissioner pursuant to RCW 48. 10 I 11 The Contractor shall not begin work under the Contract until the required insurance has 12 been obtained and approved by the Contracting Agency. Insurance shall provide 13 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting 14 Agency's consultant. The coverage shall protect against claims for bodily injuries, I 15 personal injuries, including accidental death, as well as claims for property damages 16 which may arise from any act or omission of the Contractor or the subcontractor, or by 17 anyone directly or indirectly employed by either of them. I 18 19 If warranted work is required the Contractor shall provide the City proof that insurance 20 coverage and limits established under the term of the Contract for work are in full force 21 and effect during the period of warranty work. 22 23 The Contracting Agency may request a copy of the actual declaration pages(s) for each 24 insurance policy effecting coverage(s) required on the contract prior to the date work 25 commences. Failure of the Contractor to fully comply during the term of the Contract I 26 with the requirements described herein will be considered a material breach of contract 27 and shall be caused for immediate termination of the Contract at the option of the 28 ContractingAgency. 29 1-07.18(2) Coverages I 30 As part of the response to this proposal, the Contractor shall submit a completed City of 31 Renton Insurance Information form which details specific coverage and limits for this 32 contract. I 33 34 All coverage provided by the Contractor shall be in a form and underwritten by a 35 company acceptable to the Contracting Agency. The City requires that all insurers: 36 1. Be licensed to do business within the State of Washington. I 37 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution 38 coverage are acceptable when written on a claims-made basis). The City may 39 also require proof of professional liability coverage be provided for up to two 40 (2) years after the completion of the project. 41 3. The City may request a copy of the actual declaration page(s) for each 42 insurance policy affecting coverage(s) required by the Contract prior to the 43 date work commences. I 44 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is 45 preferred.) If any insurance carrier possesses a rating of less than AVII, the 46 City may make an exception. 47 I 48 The City reserves the right to approve the security of the insurance coverage provided 49 by the insurance company(ies), terms, conditions, and the Certificate of Insurance. 50 Failure of the Contractor to fully comply during the term of the contract with these 51 requirements will be considered a material breach of contract and shall be cause for I 52 immediate termination of the contract at the option of the City. 53 54 The Contractor shall obtain and maintain the minimum insurance coverage set forth 55 below. By requiring such minimum insurance, the City of Renton shall not be deemed 56 or construed to have assessed the risks that may be applicable to the Contractor. The 57 Contractor shall assess its own risks and if it deems appropriate and/or prudent, 58 maintain higher limits and/or broader coverage. I 59 60 Coverage shall include: I RENTON GSPS 14 - I I 1 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be 2 written on an occurrence basis and include: I 3 • Premises and Operations (including CG2503; General Aggregate to apply 4 per project, if applicable). 5 • Explosion, Collapse and Underground Hazards 6 • Products/Completed Operations 7 • Contractual Liability (including Amendatory Endorsement CG 0043 or 8 equivalent which includes defense coverage assumed under contract) 9 • Broad Form Property Damage I10 • Independent Contractors 11 • Personal/Advertising Injury 12 • Stop Gap Liability 13 B. Automobile Liability including all I 14 • Owned Vehicles 15 • Non-Owned Vehicles 16 • Hired Vehicles I 17 C. Workers' Compensation 18 . • Statutory Benefits (Coverage A) - Show Washington Labor & Industries 19 Number 20 D. Umbrella Liability (when necessary) I 21 • Excess of Commercial General Liability and Automobile Liability. 22 Coverage should be as broad as primary. 23 E. Professional Liability - (whenever the work under this Contract includes 24 Professional Liability, (i.e. architectural, engineering, advertising, or computer I 25 26 programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage 27 sustained by reason of or in the course of operations under this Contract. 28 F. The Contracting Agency reserves the right to request and/or require additional I 29 coverages as may be appropriate based on work performed(i.e. pollution 30 liability). 31 • The Contracting Agency requires the CONTRACTOR to supply Pollution I 32 Liability Coverage Insurance in the amount$1,000,000. 33 34 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, 35 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). I 36 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to 37 commencement of work. The City reserves the right to request copies of insurance 38 policies, if at their sole discretion it is deemed appropriate. Further, all policies of 39 insurance described above shall: I 40 A. Be on a primary basis not contributory with any other insurance coverage 41 and/or self-insurance carried by CITY OF RENTON. 42 B. Include a Waiver of Subrogation Clause. I 43 C. Severability of Interest Clause (Cross Liability) 44 D. Policy may not be non-renewed, canceled or materially changed or altered 45 unless forty-five (45) days prior written notice is provided to CITY OF 46 RENTON. Notification shall be provided to CITY OF RENTON by certified I 47 mail. 48 1-07.18(3) Limits 49 LIMITS REQUIRED 50 Providing coverage in these stated amounts shall not be construed to relieve the I 51 contractor from liability in excess of such limits. The CONTRACTOR shall carry the 52 following limits of liability as required below: 53 Commercial General Liability I General Aggregate* $2,000,000 ** Products/Completed $2,000,000** Operations Aggregate Each Occurrence Limit $1,000,000 I Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 I IRENTON GSPS 15 Medical Payments (Any One $5,000 Person) ' Stop Gap Liability $1,000,000 *General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk I Automobile Liability Bodily Injury/Property $1,000,000 Damage (Each Accident) I Workers' Compensation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries I Number) Umbrella Liability Each Occurrence Limit $1,000,000 I General Aggregate Limit $1,000,000 Products/Completed $1,000,000 Operations Aggregate Professional Liability (If 111required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 1 2 The City may require the CONTRACTOR to keep professional liability coverage in effect 3 for up to two (2) years after completion of the project. I 4 5 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any 6 general aggregate or other aggregate limits are reduced. At their own expense, the 7 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and , 8 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a 9 new Certificate of Insurance showing such coverage is in force. 10 1-07.18(4) Evidence of Insurance: 11 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of I 12 insurance by submitting to the CONTRACTING AGENCY the following: 13 1. City of Renton Insurance Information Form (attached herein) without 14 modification. 15 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items I 16 as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised 17 above. Other requirements are as follows: 18 A. Strike the following or similar wording: "This Certificate is issued as a I 19 matter of information only and confers no rights upon the Certificate 20 Holder"; 21 B. Strike the wording regarding cancellation notification to the City: "Failure 22 to mail such notice shall impose no obligation or liability of any kind upon I 23 the company, its agents or representatives". 24 C. Amend the cancellation clause to state: "Policy may not be non-renewed, 25 canceled or materially changed or altered unless 45 days prior written 26 notice is provided to the City". Notification shall be provided to the City by 1 27- certified mail. 28 29 For Professional Liability coverage only, instead of the cancellation language 1 30 specified above, the City will accept a written agreement that the consultant's 31 broker will provide the required notification. 32 33 1-07.22 Use of Explosives I 34 Section 1-07.22 is supplemented by the following: 35 (******) I RENTON GSPS 16 I 1 1 Explosives shall not be used without specific authority of the Engineer, and then only under ' 2 such restrictions as may be required by the proper authorities. Explosives shall be handled 3 and used in strict compliance with WAC 296-52 and such local laws, rules and regulations 4 that may apply. The individual in charge of the blasting shall have a current Washington 5 State Blaster Users License. 1 6 7 The Contractor shall obtain, comply with, and pay for such permits and costs as are 8 necessary in conjunction with blasting operations. 9 10 1-07.23(1) Construction Under Traffic 11 Section 1-07.23(1) is supplemented by adding the following: 12 (******) 13 The contractor shall be responsible for controlling dust and mud within the project limits and 14 on any street which is utilized by his equipment for the duration of the project. The 15 contractor shall be prepared to use watering trucks, power sweepers, and other pieces of 16 equipment as deemed necessary by the engineer, to avoid creating a nuisance. 17 18 Dust and mud control shall be considered as incidental to the project, and no compensation 19 will be made for this section. 20 21 Complaints of dust, mud or unsafe practices and/or property damage to private Ownership 22 will be transmitted to the contractor and prompt action in correcting them will be required by 23 the contractor. 24 25 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership 26 will be transmitted to the Contractor and prompt action in correcting them will be required by 27 the Contractor. ' 28 29 Contractor shall maintain the roads during construction in a suitable condition to minimize 30 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by 31 Contractor. 32 33 At least one-way traffic shall be maintained on all cross-streets within the project limits during 34 working hours. One lane shall be provided in each direction for all streets during non- 35 working hours. ' 36 37 Contractor shall provide one driveable roadway lane and maintain convenient access for 38 local and commuter traffic to driveways, businesses, and buildings along the line of Work 39 throughout the course of the project. Such access shall be maintained as near as possible 40 to that which existed prior to the commencement of construction. This restriction shall not 41 apply to the paving portion of the construction process. 42 43 Contractor shall notify and coordinate with all property owners and tenants of street closures, 44 or other restrictions which may interfere with their access—at least 24 hours in advance for 45 single-family residential property, and at least 48 hours in advance for apartments, offices, 46 and commercial property. Contractor shall give a copy of all notices to Engineer. 111 47 48 When the abutting owners' access across the right-of-way line is to be eliminated and 49 replaced under the Contract by other access, the existing access shall not be closed until the 50 replacement access facility is available. I 51 52 All unattended excavations shall be properly barricaded and covered at all times. Contractor 53 shall not open any trenches that cannot be completed and refilled that same day. Trenches ' 54 shall be patched or covered by a temporary steel plate, at Contractor's expense, except in 55 areas where the roadway remains closed to public traffic. Steel plates must be anchored. 56 57 1-08 PROSECUTION AND PROGRESS 58 Section 1-08.0 is a new section with subsection: 59 (******) tRENTON GSPS 17 1 1 1-08.0 Preliminary Matters 2 1-08.0(1) Preconstruction Conference I 3 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. 4 Additional documents may be furnished upon request at the cost of reproduction. Prior to 5 undertaking each part of the Work the Contractor shall carefully study and compare the 6 Contract Documents and check and verify pertinent figures shown therein and all applicable 7 field measurements. The Contractor shall promptly report in writing to the Engineer any 8 conflict, error or discrepancy which the Contractor may discover. ' 9 10 After the Contract has been executed, but prior to the Contractor beginning the Work, a II 11 preconstruction conference will be held between the Contractor, the Engineer and such other 11 12 interested parties as may be invited. 13 14 The Contractor shall prepare and submit at the preconstruction meeting: 15 4 Contractor's plan of operation and progress schedule (3+ copies) 16 -3 Approval of qualified subcontractors (bring list.of subcontractors if different 17 from list submitted with Bid) 18 4 List of materials fabricated or manufactured off the project 19 4 Material sources on the project 20 4 Names of principal suppliers 21 -9 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both 22 working and standby rates) ' 23 4 Weighted wage rates for all employee classifications anticipated to be used on 24 Project 25 4 Cost percentage breakdown for lump sum bid item(s) I 26 4 Shop Drawings (bring preliminary list) 27 4 Traffic Control Plans (3+copies) 28 4 Temporary Water Pollution/Erosion Control Plan I 29 30 In addition,the Contractor shall be prepared to address: 31 Bonds and insurance 32 Project meetings—schedule and responsibilities I 33 Provision for inspection for materials from outside sources 34 Responsibility for locating utilities 35 Responsibility for damage 36 Time schedule for relocations, if by other than Contractor I 37 Compliance with Contract Documents 38 Acceptance and approval of work 39 Labor compliance, payrolls, certifications I 40 Safety regulations for Contractors' and Owner's employees and 41 representatives 42 Suspension of work, time extensions 43 Change order procedures I 44 Progress estimates- procedures for payment 45 Special requirements of funding agencies 46 Construction engineering, advance notice of special work 47 Any interpretation of the Contract Documents requested by Contractor I 48 Any conflicts or omissions in Contract Documents 49 Any other problems or questions concerning the work 50 Processing and administration of public complaints 51 Easements and rights of entry I 52 Other contracts 53 54 The franchise utilities may be present at the preconstruction conference, and Contractor ' 55 should be prepared for their review and discussion of progress schedule and coordination. 56 57 1-08.1 Subcontracting 58 Section 1-08.1 is supplemented as follows: I 59 (******) I RENTON GSPS 18 I 1 Written requests for change in subcontractors shall be submitted by Contractor to Engineer 2 at least 7 calendar days prior to start of a subcontractor's work. I 3 4 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all 5 subcontractors and lower-tier subcontractors, and persons either directly or indirectly I 6 employed by the subcontractors, as well as for the acts and omissions of persons directly 7 employed by Contractor. Contractor shall be required to give personal attention to the work 8 that is sublet. Nothing contained in the Contract Documents shall create any contractual 9 relation between any subcontractor and Owner. I 10 11 Contractor shall be responsible for making sure all subcontractors submit all required 12 documentation, forms, etc. 13 I 14 1-08.2 Assignment 15 The second paragraph of Section 1-08.2 is modified as follows: 16 (******) I 17 Contractor shall not assign any moneys due or to become due to Contractor hereunder 18 without the prior written consent of Owner. The assignment, if approved, shall be subject to 19 all setoffs, withholdings, and deductions required by law and the Contract. 20 I 21 1-08.3 Progress Schedule 22 Section 1-08.3 is supplemented as follows: 23 (******) 24 The progress schedule for the entire project shall be submitted 7 calendar days prior to the I 25 Preconstruction Conference. The schedule shall be prepared using the critical path 26 method (CPM), preferably using Microsoft Project or equivalent software. The schedule 27 shall contain this information, at a minimum: I 28 1. Construction activities, in sufficient detail that all activities necessarytoconstruct a 29 complete and functional project are considered. Any activity which has a scheduled 30 duration exceeding 30 calendar days shall be subdivided until no sub element has a 31 duration exceeding 30 calendar days. I 32 33 The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 34 2. Procurement of material and equipment. 35 3. Submittals requiring review by Engineer. Submittal by Contractor and review by I 36 Engineer shall be shown as separate activities. 37 4. Work to be performed by a subcontractor, agent, or any third party. 38 5. Allowances for delays which could result from normal inclement weather (time 39 extensions due to inclement weather will not be allowed). I 40 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and 41 adjust their facilities as required. 42 I 43 Engineer may request Contractor to alter the progress schedule when deemed necessary in 44 the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for 45 . coordination with any other activity of other contractors, the availability of all or portions of 46 the job site, or special provisions of this Contract, or to reasonably meet the completion date I 47 of the project. Contractor shall provide such revised schedule within 10 days of request. 48 49 If, at any time, in the opinion of Engineer, the progress of construction falls significantly 50 behind schedule, Contractor may be required to submit a plan for regaining progress and a I 51 revised schedule indicating how the remaining work items will be completed within the 52 authorized contract time. 53 54 Contractor shall promptly report to Engineer any conditions which Contractor feels will I 55 require revision of the schedule and shall promptly submit proposed revisions in the 56 progress schedule for acceptance by Engineer. When such changes are accepted by 57 Engineer, the revised schedule shall be followed by Contractor. I 58 • I IRENTON GSPS 19 1 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which 2 sets forth specific work to be performed the following week, and a tentative schedule for the 3 second week. I 4 5 Failure to Maintain Progress Schedule. Engineer will check actual progress of the work 6 against the progress schedule a minimum of two times per month. Failure, without just ' 7 cause, to maintain progress in accordance with the approved schedule shall constitute a 8 breach of Contract. If, through no fault of Contractor, the proposed construction schedule 9 cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for 10 acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the I 11 original schedule. 12 13 Failure of Contractor to follow the progress schedule submitted and accepted, including 14 revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making I 15 available all or any portion of the job site, and will relieve Owner of any responsibility for 16 delays to Contractor in the performance of the work. 17 I 18 The cost of preparing the progress schedule, any supplementary progress schedules, and 19 weekly schedules shall be considered incidental to the Contract and no other compensation 20 shall be made. 21 I 22 1-08.4 Prosecution Of Work 23 Section 1-08.4 is supplemented as follows: 24 (******) 25 I 26 The Engineer shall give the Contractor a written "Notice To Proceed" after the contract has been 27 executed. Work shall begin within ten days after receipt of Notice To Proceed,and all work, including 28 punch list items, must be completed within the specified working days. After 30 working days, the I 29 Engineer shall give the Contractor a written punch list of items not completed on the contract. 30 31 I 1 32 1-08.5 Time For Completion 33 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 34 (******) 35 The Work shall be physically completed in its entirety within the time specified in the I 36 Contract Documents or as extended by the Engineer. The Contract Time will be stated in 37 "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract 38 Completion Date. 39 I 40 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract 41 specifically suspends work, or one of these holidays: January 1, Martin Luther King Jr. 42 Holiday (the third Monday in January), Memorial Day, July 4, Labor Day, November 11, ' 43 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before , 44 Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day 45 after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or 46 Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall I 47 be observed as holidays. When Christmas day occurs on a Sunday, the two working days 48 following shall be observed as holidays. When holidays other than Christmas fall on a 49 Saturday, the preceding Friday will be counted as a non-working day and when they fall on a 50 Sunday the following Monday will be counted as a non-working day. The Contract Time has I 51 been established to allow for periods of normal inclement weather which, from historical 52 records, is to be expected during the Contract Time, and during which periods, work is 53 anticipated to be performed. Each successive working day, beginning with the Notice to 1 54 Proceed Date and ending with the Physical Completion Date, shall be charged to the 55 Contract Time as it occurs except a day or part of a day which is designated a nonworking 56 day or an Engineer determined unworkable day. 57 I 58 The Contractor shall not work on all of the following days: September 4, 2009; 59 October 12, 2009; November 25, 2009. I RENTON GSPS 20 I I 1 2 The Engineer will furnish the Contractor a weekly report showing (1) the number of working 3 days charged against the Contract Time for the preceding week; (2) the Contract Time in 4 working days; (3) the number of working days remaining in the Contract Time; (4) the 5 number of nonworking days; and (5) any partial or whole days the Engineer declared 6 unworkable the previous week. This weekly report will be correlated with the Contractor's 7 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 8 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked 9 would ordinarily be charged as a working day then the fifth day of that week will be charged 10 as a working day whether or not the Contractor works on that day. 11 12 The Contractor will be allowed 10 calendar days from the date of each report in which to file 13 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the 14 report will be deemed to have been accepted by the Contractor as correct. 15 16 The mrequirementsn, for scheduling, the Final Inspection and establishing the Substantial ' 17 CopletioPhysical Completionand Completion Dates are specified in Sections 1-05.11 18 and 1-05.12. 19 20 Section 1-08.5 is supplemented as follows: 21 (******) 22 Within 10 calendar days after execution of the Contract by the Contracting Agency, 23 Contractor shall provide the Contracting Agency with copies of purchase orders for all 24 equipment items deemed critical by the Contracting Agency, including but not limited to 25 signal controller materials, lighting standards, and signal standards required for the physical 26 completion of the contract. Such purchase orders shall disclose the estimated delivery dates 27 for the equipment. 28 29 All items of work which can be performed without delivery of the critical items shall start and 30 be completed as soon as possible. At that time, Engineer may suspend the work upon 31 request of Contractor until the critical items are delivered to Contractor, if the Contracting P32 Agency received a purchase order within 10 calendar days after execution of the Contract by 33 the Contracting Agency. 34 35 Contractor will be entitled to only one such suspension of time during the performance of the 36 work and during such suspension shall not perform any additional work on the project. Upon 37 delivery of the critical items, contract time will resume and continue to be charged in 38 accordance with Section 1-08. 39 P40 1-08.6 Suspension of Work 41 Section 1-08.6 is supplemented as follows: 42 (******) P43 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor 44 in writing. The work shall be resumed by Contractor within 14 calendar days after the date 45 fixed in the written notice from Owner to Contractor to do so. 46 ' 47• Contractor shall not suspend work under the Contract without the written order of Owner. 48 49 If it has been determined that Contractor is entitled to an extension of time, the amount of 50 such extension shall be only to compensate for direct delays and shall be based upon 51 Contractor's diligently pursuing the work at a rate not less than that which would have been 52 necessary to complete the original Contract Work on time. 53 54 1-08.9 Liquidated Damages 55 Section 1-08.9 is supplemented as follows: 56 (******) 57 In addition, Contractor shall compensate Owner for actual engineering inspection and 58 supervision costs and any other expenses and legal fees incurred by Owner as a result of 59 such delay. Such labor costs will be billed to Contractor at actual costs, including 60 administrative overhead costs. 1 RENTON GSPS 21 1 1 2 In the event that Owner is required to commence any lawsuit in order to enforce any 3 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled 1 4 to recover its costs, including reasonable attorneys fees, from Contractor. 5 6 1-08.11 Contractor's Plant and Equipment I 7 The contractor alone shall at all times be responsible for the adequacy, efficiency, and 8 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the 9 right to make use of the contractor's plant and equipment in the performance of any work on 10 the site of the work. 11 12 The use by the Owner of such plant and equipment shall be considered as extra work and 13 paid for accordingly. 14 I 15 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security 16 of the site from the time contractor's operations have commenced until final acceptance of 17 the work by the engineer and the Owner. The contractor shall employ such measures as I 18 additional fencing, barricades, and watchmen service, as he deems necessary for the public 19 safety and for the protection of the site and his plant and equipment. The Owner will be 20 provided keys for all fenced, secured areas. 21 22 Section 1-08.12 is a new section: 23 ******) 24 1-08.12 Attention to Work 25 The contractor shall give his personal attention to and shall supervise the work to the end I 26 that it shall be prosecuted faithfully, and when he is not personally present on the work site, 27 he shall at all times be represented by a competent superintendent who shall have full 28 authority to execute the same, and to supply materials, tools, and labor without delay, and 29 who shall be the legal representative of the contractor. The contractor shall be liable for the ' 30 faithful observance of any instructions delivered to him or to his authorized representative. 31 32 1-09 MEASUREMENT AND PAYMENT 33 34 1-09.1 Measurement of Quantities 35 Section 1-09.1 is supplemented by adding the following: 36 (******) 37 Lump Sum. The percentage of lump sum work completed, and payment will be based on 38 the cost percentage breakdown of the lump sum bid price(s) submitted at the 39 preconstruction conference. I 40 41 The Contractor shall submit a breakdown of costs for each lump sum bid item. The 42 breakdown shall list the items included in the lump sum together with a unit price of labor, 43 materials, and equipment for each item. The summation of the detailed unit prices for each 44 item shall add up to the lump sum bid. The unit price values may be used as a guideline for 45 determining progress payments or deductions or additions in payment for ordered work 46 changes. 47 48 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments 49 only in the following manner. Where items are specified to be paid by the cubic yard, the 50 following tally system shall be used. 1 51 52 All trucks to be employed on this work will be measured to determine the volume of each 53 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall 54 be no duplication of numbers. 55 56 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered 57 on the project. All tickets received that do not contain the following information will not be 58 processed for payment: 59 1 Truck number 1 RENTON GS PS 22 1 1 2 Quantity and type of material delivered in cubic yards 2 3 Drivers name, date and time of delivery I 3 4 Location of delivery, by street and stationing on each street 4 5 Place for Engineer to acknowledge receipt 5 6 Pay item number 6 7 Contract number and/or name 117 8 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for 9 each truckload of material delivered. Pay quantities will be prepared on the basis of said 10 tally tickets. 11 12 Loads will be checked by Engineer to verify quantity shown on ticket. 13 I 14 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is 15 given to the Inspector on the project at the time of delivery of materials for each truckload • 16 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to I 17 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be 18 honored for payment. 19 20 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no I 21 duplication of numbers. 22 23 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the 24 project. All tickets received that do not contain the following information will not be I 25 processed for payment: 26 1. Truck number 27 2. Truck tare weight(stamped at source) 28 3. Gross truck load weight in tons (stamped at source) I 29 4. Net load weight (stamped at source) 30 5. Driver's name, date, and time of delivery 31 6. Location for delivery by street and stationing on each street I 32 7. Place for Engineer to acknowledge receipt 33 8. Pay item number 34 9. Contract number and/or name 35 I 36 1-09.3 Scope of Payment 37 Section 1-09.3 is supplemented by adding the following: 38 (******) 39 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in I 40 the "Payment" clause of each Section of the Standard Specifications, will be the only items 41 for which compensation will be made for the Work described in or specified in that particular 42 Section when the Contractor performs the specified Work. Should a Bid Item be listed in a I 43 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the 44 Contractor and the work is not stated as included in or incidental to a pay item in the contract 45 and is not work that would be required to complete the intent of the Contract per Section 1- 46 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change I 47 Order. 48 49 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the 50 Contract Documents are synonymous. I 51 52 If the "payment" clause in the Specifications relating to any unit Bid Item price in the 53 Proposal Form requires that said unit Bid Item price cover and be considered compensation I54 for certain work or material essential to the item, then the work or material will not be 55 measured or paid for under any other Unit Bid Item which may appear elsewhere in the 56 Proposal Form or Specifications. 57 I 58 Pluralized unit Bid Items appearing in these Specifications are changed to singular form. 59 I IRENTON GSPS 23 any 1 Payment for Bid Items listed or referenced in the "Payment" clause of particular Section 2 of the Specifications shall be considered as including all of the Work required, specified, or 3 described in that particular Section. Payment items will generally be listed generically in the I 4 Specifications, and specifically in the bid form. When items are to be "furnished" under one 5 payment item and "installed". under another payment item, such items shall be furnished 6 FOB project site, or, if specified in the Special Provisions, delivered to a designated site. 7 Materials to be "furnished," or "furnished and installed" under these conditions, shall be the 8 responsibility of the Contractor with regard to storage until such items are incorporated into 9 the Work or, if such items are not to be incorporated into the work, delivered to the 10 applicable Contracting Agency storage site when provided for in the Specifications. Payment 11 for material "furnished," but not yet incorporated into the Work, may be made on monthly 12 estimates to the extent allowed. 13 14 15 1-09.6 Force Account 16 Section 1-09.6 is supplemented as follows: 17 (******) 18 To provide a common basis for all bidders, Owner has estimated and included in the 1 19 Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts 20 are to become a part of Contractor's total bid. However, Owner does not warrant expressly 21 or by implication, that the actual amount of work will correspond with those estimates. 1 22 Payment will be made on the basis of the amount of work actually authorized in writing by 23 Engineer. 24 25 1-09.7 Mobilization 26 Section 1-09.7 is supplemented as follows: 27 28 Sanitation 29 30 Portable toilet facilities 31 (******) 32 33 The Contractor shall furnish portable toilet facilities, at his expense. 34 35 The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any 36 accommodations for the Contractor and Owner employees that are necessary to comply with 37 the requirements and regulations of the State of Washington Department of Social and 38 Health Services and other agencies. The Contractor shall commit no public nuisance, keep 39 all sites clean, dispose of all refuse in a proper manner and leave the Project Site in a neat I 40 and sanitary condition. 41 42 (******) 43 Mobilization shall also include, but not be limited to, the following items: the movement of 44 Contractor's personnel, equipment, supplies, and incidentals to the project site; the 45 establishment of an office, buildings, and other facilities necessary for work on the project; 46 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses 47 required to complete the project not furnished by Owner. 48 49 This item shall also include providing Engineer and Inspectors with access to telephone, 50 facsimile machine, and copy machine during all hours Contractor is working on the jobsite; 51 and a table and chair for their use when needed. 52 53 54 Payment will be made for.the following bid item(s): 55 "Mobilization," Lump Sum. 56 57 1-09.9 Payments 58 Section 1-09.9 is supplemented as follows: I 59 (******) I RENTON GSPS 24 I 1 I 2 Furnishing portable toilets shall be considered incidental to the project and no additional 3 compensation shall be made. 4 5 6 8 (******) 9 Applications for payment shall be itemized and supported to the extent required by Engineer I 10 by receipts or other vouchers showing payment for materials and labor, payments to 11 subcontractors, and other such evidence of Contractor's right to payment as Engineer may 12 direct. I 13 14 Contractor shall submit a progress report with each monthly request for a progress payment. 15 The progress report shall indicate the estimated percent complete for each activity listed on 16 the progress schedule(see Section 1-08.3). I 17 18 1-09.9(1) Retainage 19 Section 1-09.9(1) is supplemented as follows: 20 (******) I 21 The retained amount shall be released as stated in the Standard Specifications if no claims 22 have been filed against such funds as provided by law and if Owner has no unsatisfied 23 claims against Contractor. In the event claims are filed, Owner shall withhold, until such I24 claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In 25 addition, Owner shall withhold such amount as is required to satisfy any claims by Owner 26 against Contractor, until such claims have been finally settled. 27 I 28 Neither the final payment nor any part of the retained percentage shall become due until 29 Contractor, if requested, delivers to Owner a complete release of all liens arising out of this 30 Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so 31 far as Contractor has knowledge or information, the release and receipts include all labor I 32 and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses 33 to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify 34 Owner against the lien. If any lien remains unsatisfied after all payments are made, 35 Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in I 36 discharging such lien, including all costs and reasonable engineer's and attorney's fees. 37 38 1-09.11(2) Claims I 39 Paragraph 5 is revised as follows: 40 (******) 41 Failure to submit with the Final Application for Payment such information and details as 42 described in this section for any claim shall operate as a waiver of the claims by the I 43 Contractor as provided in Section 1-09.9. 44 45 1-09.13(3)B Procedures to Pursue Arbitration 46 Section 1-09.13(3)B is supplemented by adding: I 47 (******) 48 The findings and decision of the board of arbitrators shall be final and binding on the parties, 49 unless the aggrieved party, within 10'days, challenges the findings and decision by serving I 50 and filing a petition for review by the superior court of King County, Washington. The 51 grounds for the petition for review are limited to showing that the findings and decision: 52 1. Are not responsive to the questions submitted; 53 2. Is contrary to the terms of the contract or any component thereof; I 54 3. Is arbitrary and/or is not based upon the applicable facts and the law 55 controlling the issues submitted to arbitration. The board of arbitrators shall support its 56 decision by setting forth in writing their findings and conclusions based on the evidence 57 adduced at any such hearing. I58 59 The arbitration shall be conducted in accordance with the statutes of the State of Washington 60 and court decisions governing such procedure. I IRENTON GSPS 25 MOIL 1 2 The costs of such arbitration shall be borne equally by the City and the contractor unless it is 3 the board's majority opinion that the contractor's filing of the protest or action is capricious or I 4 without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 5 6 1-10 TEMPORARY TRAFFIC CONTROL 7 Section 1-10-1(3) is supplemented by adding the following: 8 (******) 9 Notifications 10 11 The Contractor shall be responsible for delivering notification twice to all properties 12 that front on, or access from, any street on which the asphalt concrete is to be 13 applied. The first notification shall be made approximately one week prior to the day 14 the work is scheduled to begin on the street and the second shall be made twenty- 15 four hours (24 hours)prior to the beginning of work. 16 17 The City shall supply the Contractor with sufficient quantities of standard notification 18 forms that the Contractor shall fill out with the specific location and times for each 19 location prior to issuing the notices to fronting/accessing properties. 20 21 All work and materials associated with the notification procedures shall be incidental 22 to the contract lump sum price for"Project Temporary Traffic Control." 23 24 On streets to be overlaid, the Contractor shall post "No Parking"signs a minimum of 25 72 hours in advance of the work taking place. The signs shall specify the date and I 26 hours that the parking restrictions will be in effect. The Contractor shall assure that 27 prior approval for the parking restrictions has been obtained from the City of Renton 28 Department of Public Works Transportation Systems Division. 29 30 The Contractor shall be responsible for coordinating with the City's inspector and/or 31 Police Department if the need arises to tow any vehicle(s) violating a posted "No I 32 Parking" sign. However, the Contractor shall first make an effort to contact the 33 vehicle owner if it is likely the owner lives in the area. 34 35 Detailed Traffic control plans shall be required by the Contractor for some streets I 36 prior to paving. 37 38 The Contractor shall provide and use sufficient traffic control equipment and trained I 39 personnel at all times. The Federal Highway Administration's Manual On Uniform 40 Traffic Control Devices for streets and highways , 2003 Edition, shall be the guideline 41 used to determine adequate traffic control. Proper traffic control and safety I 42 procedure will be used during all phases of the work, to include utility adjustments. 43 44 All work on this contract shall be performed between the off-peak traffic hours of 8:00 45 a.m. and 4:00 p.m., unless otherwise approved by the engineer. 46 47 48 49 50 51 52 I RENTON GSPS 26 I I 1 I3 4 5 1-10.1 General I 6 Section 1-10.1 is supplemented by adding the following: 7 (******) 8 When the bid proposal includes an item for "Project Temporary Traffic Control," the work 9 required for this item shall be all items described in Section 1-10, including, but not limited to: I 10 1. Furnishing and maintaining barricades, flashers, construction signing and other 11 channelization devices, unless a pay item is in the bid proposal for any specific 12 device and the Special Provisions specify furnishing, maintaining, and payment in a I13 different manner for that device; 14 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic 15 control labor; 16 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction 17 signs and other traffic control devices; 18 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the 19 construction signs and the traffic control devices, unless a pay item is in the bid 20 proposal to specifically pay for this work; and I 21 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and 22 replacing of the construction signs and the traffic control devices destroyed or 23 damaged during the life of the project. I . 24 6. Removing existing signs as specified or a directed by the engineer and delivering to 25 the City Shops or storing and reinstalling as directed by the Engineer. 26 7. Preparing a traffic control plan for the project and designating the person 27 responsible for traffic control at the work site. The traffic control plan shall include I 28 29 descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction 30 conference, and shall be subject to review and approval of the Engineer. 31 8. Contacting police, fire, 911, and ambulance services to notify them in advance of I 32 33 any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic 34 periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the 35 special provisions, or as directed by the Engineer. I 36 10. Promptly removing or covering all nonapplicable signs during periods when they 37 are not needed. 38 I 39 If no bid item "Project Temporary Traffic Control" appears in the proposal then all work 40 required by these sections will be considered incidental and their cost shall be included in 41 the other items of work. 42 I 43 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of 44 equipment, or services which could not be usually anticipated by a prudent contractor for the 45 maintenance and protection of traffic, then a new item or items may be established to pay for 46 such items. Further limitations for consideration of payment for these items are that they are I 47 not covered by other pay items in the bid proposal, they are not specified in the Special 48 Provisions as incidental, and the accumulative cost for the use of each individual 49 channelizing device, piece of equipment, or service must exceed $200 in total cost for the I 50 duration of their need. In the event of disputes, the Engineer will determine what is usually 51 anticipated by a prudent contractor. The cost for these items will be by agreed price, price 52 established by the Engineer, or by force account. Additional items required as a result of the 53 contractor's modification to the traffic control plan(s) appearing in the contract shall not be I I 54 covered by the provisions in this paragraph. 55 56 If the total cost of all the work under the contract increases or decreases by more than 25 57 percent, an equitable adjustment will be considered for the item "Project Temporary Traffic I 58 Control" to address the increase or decrease. 59 I IRENTON GSPS 27 1 Traffic control and maintenance for the safety of the traveling public on this project shall be 2 the sole responsibility of Contractor and all methods and equipment used will be subject to I 3 the approval of Owner. 4 5 Traffic control devices and their use shall conform to City of Renton standards and the 6 Manual on Uniform Traffic Control Devices. 1117 - 8 Contractor shall not proceed with any construction until proper traffic control has been 9 provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be 10 charged against Contractor's allowable contract time, and shall not be the cause for a claim I 11 for extra days to complete the Work. 12 13 1-10.2(1)B Traffic Control Supervisor 14 Paragraphs 1 and 2 are revised as follows: 15 (******) 16 A TCS shall be on the project whenever traffic control labor is required or as authorized by 17 the Engineer. 18 19 The TCS shall assure that all the duties of the TCS are performed during the duration of the 20 contract. During nonwork periods, the TCS shall be able to be on the job site within a 45- 21 minute time period after notification by the Engineer. 22 23 1-10.2(2) Traffic Control Plans 24 Section 1-10.2(2) is supplemented as follows: 25 (******) 26 The Contractor shall be responsible for assuring that traffic control is installed and 27 maintained in conformance to established standards. The Contractor shall continuously 28 evaluate the operation of the traffic control plan and take prompt action to correct any ' 29 problems that become evident during operation. 30 31 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 32 Section 1-10.3 is supplemented as follows: 33 (******) 34 At the end of each working day, provisions shall be made for the safe passage of traffic and 35 pedestrians during non-working hours. 36 I 37 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M 38 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with 39 flashers. 40 41 1-10.3(3) Construction Signs 42 Section 1-10.3(3) paragraph 1 is revised as follows: 43 (******) 44 All signs required by the approved traffic control plan(s) as well as any other appropriate 45 signs prescribed by the Engineer, or required to conform with established standards, will be 46 furnished by the Contractor. 47 48 Section 1-10.3(3) paragraph 4 is revised as follows: 49 (******) 50 No separate pay item will be provided in the bid proposal for Class A or Class B construction I 51 signs. Ail costs for the work to provide Class A or Class B construction signs shall be 52 included in the unit contract price for the various other items of the work in the bid proposal. 53 54 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone 55 Section 1-10.3(6) is replaced with: 56 (******) 57 The construction sometimes requires that traffic be maintained on a portion of the roadway 58 during the progress of the work using one-way piloted traffic control. If this is the case, the I 59 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the I RENTON GSPS 28 1 I . 1 other half. If, in the opinion of the Engineer, one-way piloted traffic control is necessary, it I 2 shall be provided for as follows: 3 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot 4 car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished 5 by the Contractor. 1 6 7 1-10.4 Measurement 8 Section 1-10.4 is supplemented with: 9 (******) I 10 No specific unit of measurement will apply to the lump sum item of"Traffic Control". 11 12 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief I13 flaggers. 14 15 1-10.5 Payment 16 Section 1-10.5 is replaced with: 17 (******) 18 Payment for all labor, materials, and equipment described in Section 1-10 will be made in 19 accordance with Section 1-04.1, for the following bid items when included in the proposal: 20 I 21 "Project Temporary Traffic Control," lump sum. 22 The lump sum contract price shall be full pay for all costs not covered by other specific pay 23 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control 24 devices required by the contract and as directed by the Engineer in conformance with I 25 accepted standards and in such a manner as to maximize safety, and minimize disruption 26 and inconvenience to the public. 27 I 28 Progress payment for the lump sum item "Project Temporary Traffic Control" will be made as 29 follows: 30 1. When in initial warning signs for the beginning of the project and the end of 31 construction signs are installed and approved by the Engineer, 30 percent of the I 32 amount bid for the item will be paid. 33 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on 34 a prorated basis in accordance with the total job progress as determined by 35 progress payments. I 36 37 The item "Project Temporary Traffic Control" will be considered for an equitable adjustment 38 per Section 1-04.6 only when the total contract price increases or decreases by more than 39 25 percent. I 40 41 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot 42 car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any I 43 necessary flaggers will be paid under the item for traffic control. 44 45 The Lump Sum contract price shall be full pay for all costs for the labor provided for 46 performing those construction operations described in Section 1-10.3(1) and as authorized I 47 by the Engineer. 48 49 The Lump Sum contract price shall be full pay for all costs for performing the work described 50 in Section 1-10.3(3). This payment will include all labor, equipment, and vehicles necessary I 51 for the initial acquisition, the initial installation of Class A signs, and ultimate return of all 52 Contracting Agency furnished signs 53 I 54 The Lump Sum contract price shall be full pay for all costs involved when a person performs 55 the duties described in Section 1-10.2(1)B including when performing traffic control labor 56 duties. 57 I 58 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle 59 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 60 I IRENTON GSPS 29 • I 1 2 1-11 RENTON SURVEYING STANDARDS 3 The following is a new section with new subsections: 4 (******) 5 1-11.1(1) Responsibility for surveys I 6 All surveys and survey reports shall be prepared under the direct supervision of a 7 person registered to practice land surveying under the provisions of Chapter 18.43 8 RCW. I 9 10 All surveys and survey reports shall be prepared in accordance with the requirements 11 established by the Board of Registration for Professional Engineers and Land Surveyors 12 under the provisions of Chapter 18.43 RCW. I 13 14 1-11.1(2) Survey Datum and Precision 15 The horizontal component of all surveys shall have as its coordinate base: The North 16 American Datum of 1983/91. 17 18 All horizontal control for projects must be referenced to or in conjunction with a minimum 19 of two of the City of Renton's Survey Control Network monuments. The source of the 20 coordinate values used will be shown on the survey drawing per RCW 58.09.070. 21 22 The horizontal component of all surveys shall meet or exceed the closure requirements 23 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the , 24 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail 25 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by 26 ALTA and ACSM in 1992 or comparable classification in future editions of said 27 document. The angular and linear closure and precision ratio of traverses used for , 28 survey control shall be revealed on the face of the survey drawing, as shall the method 29 of adjustment. 30 31 The horizontal component of the control system for surveys using global positioning I 32 system methodology shall exhibit at least 1 part in 50,000 precision in line length 33 dependent en-or analysis at a 95 percent confidence level and performed pursuant to 34 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined 35 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative 36 Positioning Techniques dated August 1, 1989 or comparable classification in future 37 editions of said document. 38 39 The vertical component of all surveys shall be based on NAVD 1988, the North 40 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey i 41 Control Network benchmarks. If there are two such benchmarks within 3000 feet of the 42 project site a tie to both shall be made. The benchmark(s) used will be shown on the 43 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one 44 must be set on or near the project in a permanent manner that will remain intact 45 throughout the duration of the project. Source of elevations (benchmark) will be shown I 46 on the drawing, as well as a description of any bench marks established. 47 48 1-11.1(3) Subdivision Information 49 Those surveys dependent on section subdivision shall reveal the controlling monuments 1 50 used and the subdivision of the applicable quarter section. 51 52 Those surveys dependent on retracement of a plat or short plat shall reveal the 53 controlling monuments, measurements, and methodology used in that retracement. 54 55 1-11.1(4)Field Notes 56 Field notes shall be kept in conventional format in a standard bound field book with 57 waterproof pages. In cases where an electronic data collector is used field notes must 58 also be kept with a sketch and a record of control and base line traverses describing 59 station occupations and what measurements were made at each point. RENTON GSPS 30 I I 1 2 Every point located or set shall be identified by a number and a description. Point I 3 4 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 5 set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, I 6 the second point would be 348.16.02, etc. 7 8 Upon completion of a City of Renton project, either the field notebook(s) provided by the 9 City or the original field notebook(s) used by the surveyor will be given to the City. For I 10 11 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 12 text format will accompany the field notes. 13 I 14 15 1-11,1(5) Corners and Monuments Corner A point on a land boundary, at the juncture of two or more boundary lines. A 16 monument is usually set at such points to physically reference a corner's location on the 17 ground. I18 19 Monument Any physical object or structure of record which marks or accurately 20 references: I 21 22 • A corner or other survey point established by or under the supervision of an 23 individual per section 1-11.1(1) and any corner or monument established by the 24 General Land Office and its successor the Bureau of Land Management including I 25 section subdivision corners down to and including one-sixteenth corners; and 26 • Any permanently monumented boundary, right of way alignment, or horizontal 27 and vertical control points established by any governmental agency or private 28 surveyor including street intersections but excluding dependent interior lot I 29 30 corners. 31 1-11.1(6) Control or Base Line Survey I 32 Control or Base Line Surveys shall be established for all construction projects that will 33 create permanent structures such as roads, sidewalks, bridges, utility lines or 34 appurtenances, signal or light poles, or any non-single family building. Control or Base 35 Line Surveys shall consist of such number of permanent monuments as are required I 36 such that every structure may be observed for staking or "as-builting" while occupying 37 one such monument and sighting another such monument. A minimum of two of these 38 permanent monuments shall be existing monuments, recognized and on record with the 39 City of Renton. The Control or Base Line Survey shall occupy each monument in turn, I 40 41 and shall satisfy all applicable requirements of Section 1-11.1 herein. 42 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate I 43 scale. North orientation should be clearly presented and the scale shown graphically as 44 well as noted. The drawing must be of such quality that a reduction thereof to one-half 45 original scale remains legible. 46 I 47 If recording of the survey with the King County Recorder is required, it will be prepared 48 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. 49 A photographic mylar of the drawing will be submitted to the City of Renton and, upon 50 their review and acceptance per the specific requirements of the project, the original will I 51 52 be recorded with the King County Recorder. 53 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch I54 mylar, and the original or a photographic mylar thereof will be submitted to the City of 55 56 Renton. 57 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and I 58 59 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 60 symbols used if each point marked by a symbol is not described at each use. 1 IRENTON GS PS 31 I 1 2 An electronic listing of all principal points shown on the drawing shall be submitted with 3 each drawing. The listing should include the point number designation (corresponding I 4 with that in the field notes), a brief description of the point, and northing, easting, and 5 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 6 I 7 1-11.1(7) Precision Levels 8 Vertical Surveys for the establishment of bench marks shall satisfy all applicable 9 requirements of section 1-05 and 1-11.1. 10 I 11 Vertical surveys for the establishment of bench marks shall meet or exceed the 12 standards, specifications and procedures of third order elevation accuracy established 13 by the Federal Geodetic Control Committee. 14 I 15 Bench marks must possess both permanence and vertical stability. Descriptions of 16 bench marks must be complete to insure both recoverability and positive identification 17 on recovery. 18 19 1-11.1(8) Radial and Station -- Offset Topography 20 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. 21 I 22 All points occupied or back sighted in developing radial topography or establishing 23 baselines for station -- offset topography shall meet the requirements of section 1-11.1 24 herein. 25 '26 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall 27 be observed for all topographic surveys. 28 I 29 � 1-11.1(9) Radial Topography 30 Elevations for the points occupied or back sighted in a radial topographic survey shall 31 be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or 32 Federal Geodetic Control Committee third order elevation accuracy specifications, OR ' 33 2) trigonometric leveling with elevation differences determined in at least two directions 34 for each point and with misclosure of the circuit not to exceed 0.1 feet. 35 36 1-11.1(10) Station--Offset Topography I 37 Elevations of the baseline and topographic points shall be determined by spirit leveling 38 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points 39 and shall not exceed 0.1 foot's error as to side shots. I 40 41 1-11.1(11) As-Built Survey 42 All improvements required to be "as-built" (post construction survey) per City of Renton 43 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be ' 44 located both horizontally and vertically by a Radial survey or by a Station offset survey. 45 The "as-built" survey must be based on the same base line or control survey used for 46 the construction staking survey for the improvements being "as-built". The "as-built" 47 survey for all subsurface improvements should occur prior to backfilling. Close I 48 cooperation between the installing contractor and the "as-builting" surveyor is therefore 49 required. 50 51 All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall I 52 be based upon control or base line surveys made in conformance with these 53 Specifications. 54 I 55 The field notes for"as-built" shall meet the requirements of section 1-11.1(4) herein and 56 submitted with stamped and signed "as-built" drawings which includes a statement 57 certifying the accuracy of the "as built". 58 I 59 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall 60 be observed for all "as-built" surveys. I RENTON GSPS 32 I I I 1 I 2 1-11.1(12) Monument Setting and Referencing 3 All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat 4 or other recorded survey shall be referenced by a permanent marker at the corner point 5 per 1-11.2(1). In situations where such markers are impractical or in danger of being I 6 7 destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship 8 between the witness monuments and their respective corners shall be shown or 9 described on the face of the plat or survey of record, e.g., 'Tacks in lead on the I 10 extension of the lot side lines have been set in the curbs on the extension of said line 11 with the curb." In all other cases the corner shall meet the requirements of section 1- 12 11.2(1) herein. I 13 14 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of 15 section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way 16 or other area, the monument shall be set below the ground surface and contained within ' 17 a lidded case kept separate from the monument and flush with the pavement surface, 18 per section 1-11.2(3). 19 20 In the case of right of way centerline monuments all points of curvature (PC), points of I 21 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point 22 of intersection, PI, for the tangents of a curve fall within the paved portion of the right of 23 way, a monument can be set at the PI instead of the PC and PT of the curve. 24 I 25 For all non corner monuments set while under contract to the City of Renton or as part 26 of a City of Renton approved subdivision of property, a City of Renton Monument Card 27 (furnished by the city) identifying the monument; point of intersection (PI), point of I 28 tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street 29 intersection, etc., complete with a description of the monument, a minimum of two 30 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out 31 and filed with the city. I 32 33 1-11.2 Materials 34 135 1-11.2(1) Property/Lot Corners 36 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch 37 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and 38 permanently marked or tagged with the surveyor's identification number. The specific I 39 nature of the marker used can be determined by the surveyor at the time of installation. 40 41 1-11.2(2) Monuments 42 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton I 43 44 Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 45 46- 1-11.2(3) Monument Case and Cover I 47 Materials shall meet the requirements of section 9-22 and City of Renton Standard 48 Plans page H031. 49 1 50 51 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 52 Section 2-02 is revised supplemented as follows: I53 (***-**154 General Requirements 55 I 56 57 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 58 coat for overlay. I IRENTON GSPS 33 1 2 3 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 4 Section 2-02.3(3) is revised and supplemented as follows: 5 (******) 6 Item "1." Is revised as follows: I 7 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul 8 broken-up pieces to some off-project site. 9 10 The section is supplemented as follows: I 11 When an area where pavement, sidewalk, or driveway has been removed is to be 12 opened to traffic before pavement patching has been completed, temporary mix asphalt 13 concrete patch shall be required. Temporary patching shall be placed to a minimum 14 depth of 2 inches immediately after backfilling and compaction are complete, and before 1 15 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion 16 of the Engineer. 17 18 Section 2-02.4 replaces the existing vacant section: 19 (******) 20 2-02.4 Measurement 21 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear I 22 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for 23 separate payment, but shall be included in other items of Work. 24 25 2-02.5 Payment 26 Section 2-02.5 is supplemented by adding: 27 (******) 28 The removal and disposal of plastic traffic buttons and thermoplastic markings shall be 29 considered incidental to the project and no additional compensation shall be made. 30 31 32 "Saw Cutting", per Lineal Foot. 33 "Remove Sidewalk", per Square Yard. 34 "Remove Curb and Gutter", per Lineal Foot. 35 "Remove Asphalt Concrete Pavement," per square yard. 36 "Remove Cement Concrete pavement," per square yard_ 37 "Remove existing ,"per 38 39 All costs related to the removal and disposal of structures and obstructions including saw 40 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and 41 included in other items unless designated as specific bid items in the proposal. If pavements, 42 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay 43 items, their removal will be paid for as part of the quantity removed in excavation. If they are I 44 mentioned as a separate item in the proposal, they will be measured and paid for as 45 provided under Section 2-02.5, and will not be included in the quantity calculated for 46 excavation. 47 48 5-04 HOT MIX ASPHALT 49 5-04.3(5) Conditioning of Existing Surface 111 50 51 Section 5-04.3(5) is supplemented by adding: 52 (******) 53 54 The Contractor shall maintain existing surface contour during overlay, unless 55 otherwise instructed by City engineer. 56 57 Some streets may require some pre-leveling, at the discretion of the City's inspector. RENTON GSPS 34 ' 1 ' 2 "Thickened edges"may be required on some streets. 3 4 5-04.3(5)A Preparation of Existing Surfaces 5 Section 5-04.3(5)A is supplemented by adding: 7 8 The Contractor shall provide their own mechanical sweeping equipment. The ' 9 sweeper will be on the project prior to the start of paving, to insure the streets to be 10 paved are clean before the tack coat is applied. The sweeper will keep the streets 11 clean ahead of the paving machine and clean the streets behind the empty trucks that ' 12 have dumped their loads into the paving machine. The sweeper must sweep all 13 streets made dirty by the Contractor's equipment. If the paving machine is "walked" 14 from one site to another, the sweeper must sweep up behind the paving machine. ' 15 The sweeper shall not leave the overlay site until given permission by the City's 16 inspector. 17 18 All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP 1 19 from sticking to the lids. Diesel shall not be used. After the application of soap, catch 20 basins must be covered to prevent tack and ACP from_getting into catch basin. 21 22 Preparation of existing surface shall be done as outlined in this section and a tack 23 coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for 24 preparation of the surface and application of the tack coat shall be considered ' 25 incidental to the paving and no separate payment shall be made. 26 27 All overlay ends and edges shall be sealed within five days following the completion 28 of the overlay. 29 30 The Contractor shall locate all utilities for access immediately after overlay and mark 31 the location by means of painting a circle around the location and scooping a portion 32 of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility 33 location. 34 ' 35 The Contractor shall locate and completely expose gas and water valves for access 36 immediately after final rolling. 37 ' 38 The day following the start of application of ACP, utility adjustments must begin. The 39 Contractor shall have an adjustment crew adjusting utilities every workable working 40 day until adjustments are complete. ' 41 42 During the adjustment of any utility, existing concrete bricks or grouting material that 43 has been broken or cracked shall be removed and replaced at the Contractor's ' 44 expense_ 45 46 Utility adjustment shall be made per contract with respect to materials and methods 47 except for revisions approved in the field by the City inspector. ' 48 49 Utility patches shall be sealed weekly. 50 ' 51 Utility adjustments must be completed 15 working days after overlay is complete, and 52 within the specified working days. 111 RENTON GSPS 35 1 1 2 Payment for utility adjustments includes all labor, materials, tools, and equipment 3 necessary to complete the adjustments(including asphalt concrete pavement). 4 5 6 5-04.3(7)A Mix Design 7 Item 2 is deleted and replaced with: 8 (*****) 9 10 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification 11 that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 12 03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF 13 Verification of the mix design by the Contracting Agency is not needed. The Project 14 Engineer will determine anti-strip requirements for the HMA. 15 I 16 The mix design will be the initial job mix formula (JMF) for the class of mix. 17 Any additional adjustments to the JMF will require the approval of the Project 18 Engineer and may be made per Section 9-03.8(7). 19 ' 20 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 21 Item 1 is deleted and replaced with: 22 (*****) 23 24 1. General. Acceptance of HMA shall be as provided under nonstatistical or 25 commercial evaluation. 26 27 Nonstatistical evaluation will be used for the acceptance of HMA 28 I 29 Commercial evaluation will be used for Commercial HMA and for other classes of 30 HMA in the following applications: sidewalks, road approaches, ditches, slopes, 31 paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications 32 as approved by the Project Engineer. Sampling and testing of HMA accepted by 33 commercial evaluation will be at the option of the Engineer. The proposal quantity of 34 HMA that is accepted by commercial evaluation will be excluded from the quantities 35 used in the determination of nonstatistical evaluation. 36 37 Item 7 is deleted 38 39 5-04.3(9) Spreading and finishing 40 Section 5-04.3(5) is supplemented by adding: 41 (*****) I 42 43 The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a + 2" 44 per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a 45 line as a guide. 46 47 During overlay procedure, driveways and connecting streets shall be tied to new mat by 48 means of adding additional material and "FEATHERING" the edge. All material raked off 49 shall be removed from site. 50 51 52 5-04.3(14) Planing Bituminous Pavement RENTON GSPS 36 I I 1 I 2 5-04.3(14) is supplemented with the following: 3 (*****) 4 5 Areas for cold-planing will be marked out by the Engineer in the field and also shown typical 6 in the standard plan. 7 8 I9 10 On Schedule C= all Streets shall be excavated to a depth of 6" inches. Prior to the 11 removal of the base material, all utility castings shall be removed and replaced with I 12 steel plates a minimum of 6" deep. The removal of the castings and installation of 13 the steel plates shall be incidental to item # 5, Schedule C, Remove Road Base, —4" 14 Deep. I15 A portion of the gutters on Main Ave S and on Shattuck Ave. S., north of S 3rd P1, have 16 been overlaid with 2 +/-inches of ACP. This ACP shall be removed without damage to 17 the gutter or the curb. I18 19 On Schedule B, The Downtown Alleys, Map# 8, the alleys shall be ground 4"deep and 20 overlaid 4", in two 2"lifts. I 21 22 23 I 24 25 26 I 27 28 29 5-04.5(1)A Price Adjustments for Quality of HMA I 30 Section is deleted and replaced with: 31 (*****) 32 Statistical analysis of quality of gradation and asphalt content will be performed I33 based on Section 1-06.2 using the following price adjustment factors: 34 Table of Price Adjustment Factors 35 Constituent Factor"f" 36 All aggregate passing: 1 %", 1", 3/4", II 37 1/", 3/8" and No. 4 sieves 2 38 All aggregate passing No. 8, No 16, 39 No. 30, No. 50, No. 100 3 I 40 41 All aggregate passing No. 200 sieve 20 Asphalt binder 52 42 I 43 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of 44 HMA and for the asphalt binder. 45 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical I 46 47 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 48 evaluation. When one or more constituents fall outside the nonstatistical 49 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in I 50 accordance with Section 1-06.2 to determine the appropriate CPF. The 51 nonstatistical tolerance limits will be used in the calculation of the CPF and 1 IRENTON GSPS 37 1 the maximum CPF shall be 1.00. When less than three sublots exist, backup 2 samples of the existing sublots or samples from the street shall be tested to , 3 provide a minimum of three sets of results for evaluation. 4 2. Commercial Evaluation. If sampled and tested, HMA produced under 5 Commercial Evaluation and having all constituents falling within the tolerance 6 limits of the job mix formula shall be accepted at the unit contract price with I 7 no further evaluation. When one or more constituents fall outside the 8 commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be 9 evaluated to determine the appropriate CPF. The commercial tolerance limits I 10 will be used in the calculation of the CPF and the maximum CPF shall be 11 1.00. When less than three sublots exist, backup samples of the existing 12 sublots or samples from the street shall be tested to provide a minimum of I 13 three sets of results for evaluation. 14 15 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when 16 the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be 17 determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 18 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the 19 NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 20 21 If a constituent is not measured in accordance with these Specifications, its individual pay 22 factor will be considered 1.00 in calculating the composite pay factor. 23 24 5-04.5(1)A Price Adjustments for Quality of HMA Compaction 25 Section is deleted and replaced with: 26 (*****) 27 The maximum CPF of a compaction lot is 1.00 28 I 29 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 30 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference 31 of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be I 32 calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit 33 contract price per ton of the mix. 34 35 36 7-05 MANHOLES, INLETS, AND CATCH BASINS 37 38 7-05.3 Construction Requirements 39 40 41 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 42 Section 7-05.3(1) is replaced with: 43 (******) 44 Where shown in the Plans or where directed by the Engineer, the existing manholes, 45 catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated 46 by the Engineer. 47 48 The existing cast iron ring and cover on manholes and the catch basin frame and grate 49 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From I 50 that point, the existing structure shall be raised or lowered to the required elevation. 51 52 The Contractor shall construct manholes so as to provide adjustment space for setting I 53 cover and casting to a finished grade as shown on the construction plans, Manhole ring 54 and covers shall be adjusted to the finished elevations per standard detail prior to final RENTON GSPS 38 ' I 1 acceptance of the work. Manholes in unimproved areas shall be adjusted to 6" above 2 grade. 3 4 In unpaved streets: Manholes, catch basins and similar structures in areas to be 5 surfaced with crushed rock or gravel shall be constructed to a point approximately eight I 6 7 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 8 carefully reference each manhole so that they may be easily found upon completion of 9 the street work. After placing the gravel or crushed stone surfacing, the manholes and I 10 11 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 12 and be held to the minimum area necessary. At the completion of the manhole I 13 adjustment, the void around the manhole shall be backfilled with materials which result 14 15 in the section required on the typical roadway section, and be thoroughly compacted. 16 In cement concrete pavement: Manholes, catch basins and similar structures shall be 1 17 constructed and adjusted in the same manner as outlined above except that the final 18 adjustment shall be made and cast iron frame be set after forms have been placed and 19 checked. In placing the concrete pavement, extreme care shall be taken not to alter the 20 position of the casting in any way. I 21 22 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is 23 completed, at which time the center of each manhole shall be carefully relocated from 24 references previously established by the contractor. The pavement shall be cut in a I 25 restricted area and base material be removed to permit removal of the cover. The 26 manhole shall then be brought to proper grade utilizing the same methods of 27 construction as for the manhole itself. The cast iron frame shall be placed on the I 28 concrete blocks and wedged up to the desired grade. The asphalt concrete pavement 29 shall be cut and removed to a neat circle, the diameter of which shall be equal to the 30 outside diameter of the cast iron frame plus two feet. The base materials and crushed 31 rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall I 32 33 be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of 34 the concrete, the edge of the asphalt concrete pavement, and the outer edge of the 35 casting shall be painted with hot asphalt cement.Asphalt Class G concrete shall then be I 36 37 placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The 38 joint between the patch and the existing pavement shall then be carefully painted with 39 hot asphalt cement or asphalt emulsion and shall be immediately covered with dry I 40 paving sand before the asphalt cement solidifies. The inside throat of the manhole shall 41 be thoroughly mortared and plastered. 42 I 43 44 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 45 surfaces. The final adjustment of the top of the inlet will be performed in similar manner 46 to the above for manholes. On asphalt concrete paving projects using curb and gutter I 47 section, that portion of the cast iron frame not embedded in the gutter section shall be 48 solidly embedded in concrete also. The concrete shall extend a minimum of six inches 49 beyond the edge of the casting and shall be left 2 inches below the top of the frame so I50 that the wearing course of asphalt concrete pavement will butt the cast iron frame. The 51 existing concrete pavement and edge of the casting shall be painted with hot asphalt 52 cement. Adjustments in the inlet structure shall be constructed in the same manner and 53 of the same material as that required for new inlets. The inside of the inlets shall be I 54 55 mortared and plastered. 56 Monuments and cast iron frame and cover: Monuments and monument castings shall 57 be adjusted to grade in the same manner as for manholes. I 58 59 Valve box castings: Adjustments of valve box castings shall be made in the same 60 manner as for manholes. I tRENTON GS PS 39 1 2 On Schedule C, Soos Creek Water and Sewer District will adjust the water valves 3 and sewer manhole castings after the final pavement has been installed. 4 5 6 7-05.4 Measurement 7 Section 7-05.4 is revised and supplemented as follows: 8 (******) 9 Manholes will be measured per each. Measurement of manhole heights for payment 10 purposes will be the distance from finished rim elevation to the invert of the lowest outlet I 11 pipe. 12 13 Adjustments of new structures and miscellaneous items such as valve boxes shall be 14 considered incidental to the unit contract price of the new item and no further compensation I 15 shall be made. 16 17 Adjustment of existing structures and miscellaneous items such as valve boxes shall be I 18 measured by "Adjust Existing ," per each, which shall be full pay for all labor and 19 materials including all concrete for the completed adjustment in accordance with Section 7- 20 05.3(1) and the City of Renton Standard Details. 21 22 Connection to existing pipes and structures shall be measured per each. 23 24 7-05.5 Payment 25 Section 7-05.5 is supplemented as follows: 26 (******) 27 "Adjust Existing ," per each. 28 The unit contract price per each for "Adjust Existing shall be full pay for all costs I 29 necessary to make the adjustment including restoration of adjacent areas in a manner 30 acceptable to the Engineer. 31 32 If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in 33 the schedule of prices then the work will be considered incidental and its cost should be 34 included in the cost of the pipe. 35 36 "Connect to Existing Catch Basin," per each. 37 38 "Connect Structure to existing pipe," per each. 39 I 40 The bid item for Puget Sound Energy gas valves shall include mobilization and traffic 41 control. The contractor shall bill Puget Sound Energy directly. 42 43 8-09 RAISED PAVEMENT MARKERS 44 45 8-09.5 Payment 46 Section 8-09.5 has been revised as follows: 47 (******) 48 Payment will be made for each of the following bid items that are included in the proposal: 49 "Raised Pavement Marker Type 1-yellow", per each. 50 "Raised Pavement Marker Type 1-white", per each. 51 "Raised Pavement Marker Type 2d-yellow", per each. 52 "Raised Pavement Marker Type 2e-white", per each. 53 Raised Pavement Marker Type 2b- blue", per each 54 "Raised Pavement Marker Type 3- In.", per each. 55 "Recessed Pavement Marker", per each. 56 The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement 57 Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed I • 58 Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for 59 furnishing and installing the markers in accordance with these Specifications including all RENTON GSPS 40 , 1 cost involved with traffic control unless traffic control is listed in the contract as a separate 2 pay item. I4 5 8-14 CEMENT CONCRETE SIDEWALKS 1 6 8-14.3(3) Placing and Finishing Concrete 7 Section 8-14.3(4) is supplemented by adding the following: 8 (******) I9 10 On newly placed sidewalk ramps, the detectable warning pattern shall be 11 achieved by a cast-in-place material and installed before the concrete has cured. I . 12 13 The material and methods of detectable warning pattern placement is subject to the engineer's approval. 14 15 On streets with concrete work, the curb and_gutter and/or curb ramps shall be 16 17 installed before the street is overlaid. 18 8-94.3(4) Curing I 19 Section 8-14.3(4) is replaced with: 20 (******) 21 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard 22 Specifications shall prevail, except that white pigmented curing compound shall not be I 23 24 used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. 25 26 The Contractor shall have readily available sufficient protective covering, such as I 27 28 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 29 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional I30 time as the Engineer may specify. 31 32 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 33 the newly placed concrete to prevent damage. Damaged, vandalized, discolored, I 34 stained, or unsightly concrete shall be removed and replaced at the expense of the 35 36 Contractor. 37 8-14.3(5) Ramp Detectable Warning Retrofit I 38 (******) 39 On the existing curb ramps, the Contractor shall install preformed detectable 40 warnings approved by the engineer. The Contractor shall use 1 of the detectable I 41 warning pattern products listed in the Qualified Products List or submit another 42 manufacturer's product for approval by the engineer. Torch down type preformed 43 detectable warnings shall)not be allowed. I 44 45 46 8-14.4 Measurement 47 Section 8-14.4 is supplemented by adding the following: I 48 (******) 49 When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each 50 measurement shall include all costs for the complete installation per the plans and standard 51 details including expansion joint material, curb and gutter and ramped sidewalk section. I 52 Sawcuttirtg, removal and disposal of excavated materials including existing pavement and 53 sidewalk, crushed surfacing base materials and all other work, materials and equipment 54 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement I 55 Concrete". 56 1 IRENTON GSPS 41 1 8-14.5 Payment 2 Section 8-14.5 is supplemented by adding the following: 3 (******) 4 "Curb Ramp, Cement Concrete," per each. 5 6 7 8-20.3(14) Signal Systems 8 9 8-20.3(14)C Induction Loop Vehicle Detectors 10 Section 8-20.3(14)C is revised as follows: 11 11. Install sealant per Section 9-02.1(10). 12 13 8-20.3(14)D Test for Induction Loops and Lead-in Cable 14 Section 8-20.3(14)D is supplemented by adding the following: 15 (******) 16 The Contractor shall keep records of field testing and shall furnish the engineer with 17 a copy of the results. 18 19 20 8-22 PAVEMENT MARKING 21 1 22 8-22.1 Description 23 The following item in Section 8-22.1 is revised as follows:. 24 (******) 25 Crosswalk Stripe 26 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk 27 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the ' 28 center of lanes. See detail sheet. 29 30 Skip Center Line (Replacement) 31 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 32 24 foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center 33 line delineation on two-lane or three-lane, two-way highways. 34 35 Double Yellow Center Line (Replacement) I 36 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow 37 center stripe is used as center line delineation on multilane, two-way -highways and for 38 channelization. 39 40 Approach Line (New) 41 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from 42 through movements, to separate high occupancy vehicle lanes from general purpose lanes, ' 43 for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45- 44 degree angle and 10 feet apart. 45 46 Lane Line (Replacement) I 47 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the 48 same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 49 9-foot line and a 15-foot gap. 50 51 Two Way Left Turn Line (Replacement) 52 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, 53 separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit 54 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of 55 the broken line in the direction of travel. 56 57 Crosswalk Line (Replacement) ' I RENTON GSPS 42 ' 1 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk 2 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the ' 3 center of lanes. See detail sheet. 4 5 Stop Line (Replacement) t 6 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 7 8 8-22.3(5) Installation Instructions 9 Section 8-22.3(5) is revised as follows: ' 10 11 (******) A manufacturer's technical representative need not be present at the initial material 12 installation to approve the installation procedure. 13 ' 14 8-22.5 Payment 15 Section 8-22.5 is supplemented as follows: 16 (******) ' 17 "Approach Stripe," per linear foot. 18 19 "Remove Paint Line "wide," per linear foot.* 20 ' 21 "Remove Plastic Line "Wide," per linear foot.* 22 23 "Remove existing traffic markings, "per lump sum.* 24 ' 25 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the 26 lump sum contract price for"Remove existing traffic markings" shall be full compensation for 27 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic 28 markings as per the plans, specifications and detail sheets. If these pay items do not appear ' 29 in the contract schedule of prices, then the removal of old or conflicting traffic markings 30 required to complete the channelization of the project as shown on the plans or detail sheets 31 shall be considered incidental to other items in the contract and no further compensation ' 32 shall be made. 33 34 8-23 TEMPORARY PAVEMENT MARKINGS ' 35 36 8-23.5 Payment 37 Section 8-23.5 is supplemented with the following: 38 (******) ' 39 If no pay item is included in the contract for installation or for removal of temporary pavement 40 markings then all costs associated with these items are considered incidental to other items 41 in the contract or included under"Traffic Control,"if that item is included as a bid item. 42 I I 43 9-02 BITUMINOUS MATERIALS 44 Section 9-02.1(10) is a new section: 45 (******) 46 9-021(10) Loop Sealant(RC) 47 Unless specified otherwise in the contract or permitted by the Engineer upon request from 48 the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop I 49 Detector Sealant or approved equal), shall meet the penetration, flow and resilience 50 specifications of ASTM D3407. 51 ' 52 The Contractor shall request and obtain approval from the Engineer for the type of loop 53 sealant to be used before installing detector loops and shall submit manufacturer cutsheets 54 or other data if requested by the Engineer in order to enable the Engineer to determine the 55 acceptability of the sealant. 56 57 (January 5, 2004) 58 ' RENTON GSPS 43 1 9-03.8(7) HMA Tolerances and Adjustments 2 Item 1 is deleted and replaced with: 3 (****) 4 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 5 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the 6 following tolerances: 7 Nonstatistical Commercial 8 Evaluation Evaluation 9 Aggregate, percent passing I 10 1", %", 1/2", and 3/8"sieves ±6% ±8% 11 U.S. No. 4 sieve ±6% ±8% 12 U.S. No. 8 sieve ±6% ±8% 13 U.S. No. 16 sieve ±4% ±6% 14 U.S. No. 30 sieve ±4% ±6% 15 U.S. No. 50 sieve ±4% ±6% 16 U.S. No. 100 sieve ±3% ±5% 17 U.S. No. 200 sieve ±2.0% ±3.0% 18 Asphalt Binder ±0.5% ±0.7% 19 20 VMA 1.5% below minimum value in 9-03.8(2) 21 VFA min. and max. as listed in 9-03.8(2) 22 Va 2.5% minimum and 5.5% maximum 23 24 These tolerance limits constitute the allowable limits as described in Section 1-06.2. 25 The tolerance limit for aggregate shall not exceed the limits of the control points section, 26 except the.tolerance limits for sieves designated as 100% passing will be 99-100. 27 28 29 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 30 31 9-23.9 Fly Ash (RC) 32 Section 9-23.9 is revised as follows: 33 (******) 34 Fly ash shall not be used around water lines. 35 36 37 38 1 • 1 1 . 1 RENTON GSPS 44 CITY OF RENTON 2009 STREET OVERLAY WITH CURB RAMPS CONTRACT DOCUMENTS I I AMENDMENTS TO THE STANDARD SPECIFICATIONS I I 1 1 I 1 1 INTRODUCTION ' 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. III 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. ' 14 15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 16 April 7, 2008 ' 17 1-03.1 Consideration of Bids 18 This section is supplemented,with the following new sub-section. 19 I 20 1-03.1(1) Tied Bids 21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 22 the tie-breaker will be determined by drawing as described in this Section. Two or more ' 23 slips of paper will be marked as follows:. one marked "Winner" and the other(s) marked 24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 25 placed inside a box. One authorized representative of each Bidder shall draw a slip 26 from the box. Bidders shall draw in alphabetic order by the name of the firm as 27 registered with the Washington State Department of Licensing. The slips shall be 28 unfolded and the firm with the slip marked "Winner" will be determined to be the II I 29 30 successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 31 draw. 32 33 SECTION 1-04, SCOPE OF THE WORK 34 April 7, 2008 ' 35 1-04.4(1) Minor Changes 36 The first sentence in the first paragraph is revised to read: ' 37 38 Payments or credits for changes amounting to $15,000 or less may be made under the 39 bid item "Minor Change." 40 ' 41 1-04.5 Procedure and Protest by the Contractor 42 to the second paragraph, number 2, the reference to 7 calendar days is revised to 14 43 calendar days. ' 44 45 The second sentence in the fifth paragraph is revised to read: 46 47 The determination will be provided within 14-calendar days after receipt of the 48 Contractor's supplemental written statement (including any additional information 1 1 1 requested by the Project Engineer to support a continuing protest) described in item 2 2 above. 3 4 SECTION 1-05, CONTROL OF WORK 5 April 7, 2008 6 1-05.1. Authority of the Engineer 7 The fourth paragraph is revised to read: 8 9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 10 according to Section 1-08.6. 11 '12 1-05.12 Final Acceptance 13 The second paragraph is revised to read: 14 I 15 The Contractor agrees that neither completion nor final acceptance shall relieve the 16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency 17 against any claim or loss resulting from the failure of the Contractor (or the 1 18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or 20 provisions for carrying out the Work or for any payments required for unemployment 21 compensation under Title 50 RCW or for industrial insurance and medical aid required 22 under Title 51 RCW. 23 24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 25 April 6, 2009 26 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land ' 27 The following new paragraph is inserted in front of the first paragraph: 28 29 State Department of Revenue Rule 170 and its related rules apply for this section. 30 31 1-07.8 High Visibility Apparel 32 This section is revised to read: 33 34 The Contractor shall require all personnel under their control (including service 35 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work I 36 zone and are exposed to vehicle traffic or construction equipment to wear the high 37 visibility apparel described in this Section. 38 I 39 The Contractor shall ensure that a competent person as identified in the MUTCD selects 40 the appropriate high-visibility apparel suitable for the job-site conditions. 41 42 High visibility garments shall always be the outermost garments. 43 44 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and 45 shall be used in accordance with manufacturer recommendations. in 46 47 This section is supplemented with the following new sub-sections. 48 I 1 1 I 1 1-07.8(1) Traffic Control Personnel I 2 3 All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 4 shall comply with the following: I 5 6 1. During daylight hours with clear visibility, workers shall wear a high-visibility 7 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 8 visibility headwear requirements of WAC 296-155-305; and I 9 10 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or 11 other low visibility conditions (snow, fog, etc.), workers shall wear a high- ' 12 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower 13 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high 14 visibility headwear requirements of WAC 296-155-305. 15 16 1-07.8(2) Non-Traffic Control Personnel 17 All personnel, except those performing the Work described in Section 1-10, shall wear 18 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 19 20 1-07.9(1) General I 21 The following new paragraph is inserted to follow the sixth paragraph: 22 23 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 24 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC I25 296-127-010, complies with all the requirements of RCW 39.12. 26 27 1-07.15 Temporary Water Pollution/Erosion Control 28 This section is supplemented with the following: 29 30 Stormwater or dewatering water that has come in contact with concrete rubble, concrete ' 31 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 32 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 33 discontinue work and initiate treatment according to the plan to lower the pH. Work may ' 34 35 resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. 36 I 37 High pH process water shall not be discharged to waters of the state. Unless specific 38 measures are identified in the Special Provisions, high pH process water may be 39 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. I 40 Water being infiltrated or dispersed shall have no chance of discharging directly to 41 waters of the state, including wetlands or conveyances that indirectly lead to waters of 42 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 43 prior to infiltration to ensure the discharge does not cause a violation of groundwater I44 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 45 a copy of permits and requirements for placing the material into a sanitary sewer system 46 prior to beginning the work. Process water may be collected and disposed of by the I 47 Contractor off the project site. The Contractor shall provide a copy of the permit for an 48 approved waste site for the disposal of the process water prior to the start of work which 49 generates the process water. . I 50 51 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 52 This section is revised to read: I I 1 1 2 The Contractor shall prepare a project-specific spill prevention, control, and I 3 countermeasures plan (SPCC Plan)that will be used for the duration of the project. The 4 Contractor shall submit the plan to the Project Engineer no later than the date of the 5 preconstruction conference. No on-site construction activities may commence until 6 WSDOT accepts an SPCC Plan for the project. 7 8 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 1119 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and 10 health requirements that may pertain to SPCC Plan implementation are contained in but 11 not limited to WAC 296-824 and WAC 296-843. 12 13 Implementation Requirements 14 The SPCC Plan shall be updated by the Contractor throughout project construction so 15 that the written plan reflects actual site conditions and practices. The Contractor shall I 16 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 17 on the project site. All project employees shall be trained in spill prevention and 18 containment, and shall know where the SPCC Plan and spill response kits are located I 19 and have immediate access to them. 20 21 If hazardous materials are encountered or spilled during construction, the Contractor 22 shall do everything possible to control and contain the material until appropriate 23 measures can be taken. The Contractor shall supply and maintain spill response kits of 24 appropriate size within close proximity to hazardous materials and equipment. 25 26 The Contractor shall implement the spill prevention measures identified in the SPCC 27 Plan before performing any of the following: 28 111 29 1. Placing materials or equipment in staging or storage areas. 30 2. Refueling, washing, or maintaining equipment. 31 3. Stockpiling contaminated materials. 32 33 SPCC Plan Element Requirements 34 The SPCC Plan shall set forth the following information in the following order: 35 36 1. Responsible Personnel 37 Identify the name(s), title(s), and contact information for the personnel 38 responsible for implementing and updating the plan, including all spill 39 responders. 40 41 2. Spill Reporting 42 List the names and telephone numbers of the federal, State, and local 43 agencies the Contractor shall notify in the event of a spill. 44 45 3. Project and Site Information 46 Describe the following items: 47 48 A. The project Work. 49 50 B. The site location and boundaries. 51 111 52 C. The drainage pathways from the site. II I 1 I 2 D. Nearby waterways and sensitive areas and their distances from the 3 site. 4 I 5 4. Potential Spill Sources 6 Describe each of the following for all potentially hazardous materials brought 7 or generated on-site (including materials used for equipment operation, 8 refueling, maintenance,or cleaning): 9 10 A. Name of material and its intended use. 11 I 12 B. Estimated maximum amount on-site at any one time. 13 14 C. Location(s) (including any equipment used below the ordinary high I 15 water line) where the material will be staged, used, and stored and 16 the distance(s)from nearby waterways and sensitive areas. 17 I 18 D. Decontamination location and procedure for equipment that comes 19 into contact with the material. 20 I21 E. Disposal procedures. 22 23 5. Pre-Existing Contamination 24 Describe any pre-existing contamination and contaminant sources (such as I 25 buried pipes or tanks) in the project area that are described in the Contract 26 documents. Identify equipment and work practices that will be used to prevent 27 the release of contamination. I 28 29 6. Spill Prevention and Response Training 30 Describe how and when all personnel (including refueling contractors and I 31 32 Subcontractors)will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be 33 trained in accordance with WAC 296-824. ' 34 35 7. Spill Prevention 36 Describe the following items: I 37 38 A. Spill response kit contents and location(s). 39 40 B. Security measures for potential spill sources. I 41 42 C. Secondary containment practices and structures for hazardous 43 materials. 1 44 45 D. Methods used to prevent stormwater from contacting hazardous 46 materials. I 47 48 E. Site inspection procedures and frequency. 49 I50 F. Equipment and structure maintenance practices. 51 I I 1 G. Daily inspection and cleanup procedures that ensure all equipment 2 used below the ordinary high water line is free of all external I 3 petroleum based products. 4 5 H. Refueling procedures for equipment that cannot be moved from below 6 the ordinary high water line. 7 8 8. Spill Response 9 Outline the response procedures the Contractor will follow for each scenario I 10 listed below. Include a description of the actions the Contractor shall take and 11 the specific, on-site, spill response equipment that shall be used to assess the 12 spill, secure the area, contain and eliminate the spill source, and clean up and I 13 dispose of spilled and contaminated material. 14 15 A. A spill of each type of hazardous material at each location identified in 111 16 4, above. 17 18 B. Stormwater that has come into contact with hazardous materials. 19 20 C. A release or spill of any pre-existing contamination and contaminant 21 source described in 5, above. 22 23 D. A release or spill of any unknown pre-existing contamination and 24 contaminant sources (such as buried pipes or tanks) encountered 25 during project Work. I 26 27 E. A spill occurring during Work with equipment used below the ordinary 28 high water line. 29 111 30 If the Contractor willuse a Subcontractor for spill response, provide contact 31 information for the Subcontractor under item 1 (above), identify when the 32 Subcontractor will be used, and describe actions the Contractor shall take 33 while waiting for the Subcontractor to respond. 34 35 9. Project Site Map 36 Provide a map showing the following items: . 37 38 A. Site location and boundaries. 39 40 B. Site access roads. 41 1 42 C. Drainage pathways from the site. 43 44 D. Nearby waterways and sensitive areas. 45 46 E. Hazardous materials, equipment, and decontamination areas 47 identified in 4, above. 48 49 F. Pre-existing contamination or contaminant sources described in 5, 50 above. ' 51 52 G. Spill prevention and response equipment described in 7 and 8, above. I II I 1 I 2 10. Spill Report Forms 3 Provide a copy of the spill report form(s) that the Contractor will use in the event of 4 a release or spill. 1 S 6 Payment 7 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 8 it is included in the Proposal: I9 10 "SPCC Plan", lump sum. 11 12 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent 13 of the lump sum Contract price for the plan. 14 15 The remaining 50-percent of the lump sum price will be paid after the materials and 16 equipment called for in the plan are mobilized to the project. 17 The lump sum payment for"SPCC Plan" shall be full pay for: I18 19 20 1. All costs associated with creating the accepted SPCC Plan. 21 I22 2. All costs associated with providing and maintaining the on-site spill prevention 23 equipment described in the accepted SPCC Plan. 24 1 25 3. All costs associated with providing and maintaining the on-site standby spill 26 response equipment and materials described in the accepted SPCC Plan. 27 I 28 4. All costs associated with implementing the spill prevention measures identified 29 in the accepted SPCC Plan. 30 I 31 5. All costs associated with updating the SPCC Plan as required by this 32 Specification. 33 34 As to other costs associated with releases or spills, the Contractor may request 35 payment as provided for in the Contract. No payment shall be made if the release or 36 spill was caused by or resulted from the Contractor's operations, negligence, or 37 omissions. I 38 39 1-07.16(4) Archaeological and Historical Objects 40 This section is supplemented with the following new sub-section: I41 42 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 43 If human skeletal remains are encountered by the Contractor, they shall not be further 1 44 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 45 shall cease all work adjacent to the discovery, in an area adequate to provide for the 46 total security and protection of the integrity of the skeletal remains. The Engineer may I 47 require the Contractor to suspend Work in the vicinity of' the discovery until final 48 determinations and removal of the skeletal remains is completed. 49 I 50 If the Engineer finds that the suspension of Work in the vicinity of the discovery 51 increases or decreases the cost or time required for performance of any part of the 52 Work under this Contract, the Engineer will make an adjustment in payment or the time 1 1 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 2 08.8. 3 4 1-07.17(2) Utility Construction, Removal or Relocation by Others 5 The first sentence in the second paragraph is revised to read: 6 7 If the Contract provides notice that utility work (including furnishing, adjusting, 8 relocating, replacing, or constructing utilities) will be performed by others during the 9 prosecution of the Work, the Special Provisions will establish the utility owners I 10 anticipated completion. 11 12 The first sentence in the third paragraph is revised to read: 13 14 When others delay the Work through late performance of utility work, the Contractor 15 shall adhere to the requirements of Section 1-04.5. 16 17 1-07.23 Public Convenience and Safety 18 This section is revised to read: 19 20 The Contractor shall be responsible for providing adequate safeguards, safety devices, 21 protective equipment, and any other needed actions to protect the life, health, and 22 safety of the public, and to protect property in connection with the performance of the 23 Work covered by the Contract. The Contractor shall perform any measures or actions 24 the Engineer may deem necessary to protect the public and property. The responsibility 25 and expense to provide this protection shall be the Contractor's except that which is to I 26 be furnished by the Contracting Agency as specified in other sections of these 27 Specifications. Nothing contained in this Contract is intended to create any third-party 28 beneficiary rights in favor of the public or any individual utilizing the Highway facilities I 29 being constructed or improved under this Contract. 30 31 1-07.23(1) Construction Under Traffic 111 32 The second sentence in the second paragraph is revised to read: 33 34 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the I 35 project limits, keeping them open, and in good, clean, safe condition at all times. 36 37 The fifth sentence in the second paragraph is revised to read: 38 111 39 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 40 project limits when affected by the Contractor's operations. 41 42 The final paragraph in this section is deleted. 43 44 1-07.23(2) Construction and Maintenance of Detours ' 45 Number 1. under the first paragraph is revised to read: 46 47 Detours and detour bridges that will accommodate traffic diverted from the Roadway, I 48 bridge, sidewalk or path during construction, 49 1 1 1 1 SECTION 1-08, PROSECUTION AND PROGRESS 1 2 August 4, 2008 3 1-08.1 Subcontracting ' 4 Item (2)in the first sentence of the seventh paragraph is revised to read: 5 6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such ' 7 8 plants or by recognized independent or commercial hauling companies hired by those commercial plants. 9 10 1-08.3(2)A Type A Progress Schedule 11 This section is revised to read: 12 13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 1 14 days after the date the contract is executed, or some other mutually agreed upon 15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 16 or other standard schedule format. Regardless of which format used, the schedule shall 17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 18 approve or return the schedule for corrections within 15 calendar days of receiving the 19 submittal. I 20 21 1-08.5 Time for Completion 22 The third sentence in the first paragraph is revised to read: 23 24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 25 Contract specifically prohibits Work on the critical path of the Contractor's approved ' 26 progress schedule, or one of these holidays: January 1, the third Monday of January, 27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 29 1 30 1-08.6 Suspension of Work 31 The first paragraph is revised to read: 32 33 34 The Engineer may order suspension of all or any part of the Work if: 35 1. Unsuitable weather that prevents satisfactory and timely performance of the 36 Work; or 37 38 2. The Contractor does not comply with the Contract: or 39 40 3. It is in the public interest. 41 42 1-08.7 Maintenance During Suspension 43 The first sentence in the fourth paragraph is revised to read: 44 45 If the Engineer determines that the Contractor has pursued the Work diligently before ' 46 the suspension, then the Contracting Agency will maintain the temporary Roadway(and 47 bear its cost). 48 49 The fifth paragraph is revised to read: 50 1 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor, except those costs associated with implementing the TESC Plan 4 according to Section 8-01. 5 6 The seventh paragraph is revised to read: 1 7 8 After any suspension, the Contractor shall resume all responsibilities the Contract 9 assigns for the Work. ' 10 11 SECTION 1-09, MEASUREMENT AND PAYMENT 12 April 7, 2008 1 13 1-09.9 Payments 14 The first paragraph is supplemented with the following: 15 16 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 17 price in sufficient detail for the Project Engineer to determine the value of the Work 1 18 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 11 19 Engineer no later than the date of the preconstruction meeting. 20 21 The second sentence in the third paragraph is revised to read: 22 23 Unless otherwise provided in the payment clause of the applicable Specifications, partial , 24 payment for lump sum Bid items will be a percentage of the price in the Proposal based 25 on the Project Engineer's determination of the amount of Work performed, with 26 consideration given to but not exclusively based on the Contractors lump sum 27 breakdown. 28 29 The third paragraph is supplemented with the following: 30 I 31 The determination of payments under the contract will be final in accordance with 32 Section 1-05.1. 33 34 1-09.9(1) Retainage 35 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 36 37 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 38 April 6, 2009 39 1-10.1(2) Description I 40 The following new paragraph is inserted after the second paragraph: 41 I 42 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 43 Contractor shall keep all existing pedestrian routes and access points (including 44 sidewalks, paths and crosswalks)open and clear at all times. 45 46 The second and third sentences in the third paragraph are revised to read: 47 48 The Contractor shall erect and maintainall construction signs, warning signs, detour I 49. signs, and other traffic control devices necessary to warn and protect the public at all 1 1 I 1 times from injury or damage as a result of the Contractor's operations which may occur I 2 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 3 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 4 are in place. 5 1 6 1-10.2(1) General 7 The second sentence in the third paragraph is revised to read: 8 I 9 Possession of a current TCS card and flagging card by the primary and alternate TCS is 10 mandatory. 11 I 12 1-10.2(2) Traffic Control Plans 13 The first sentence in the first paragraph is revised to read: 14 15 The traffic control plan or plans appearing in the Contract documents show a method of 16 handling vehicle, bicycle and pedestrian traffic. 17 1 18 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 19 to "MUTCD, Part 6". 20 I 21 1-10.3(2)B Rolling Slowdown 22 The first two paragraphs are deleted and replaced with the following: 23 24 Rolling slowdown traffic control operations are not to be used for routine work that can 1 25 be addressed by standard lane or shoulder closure traffic control. When a short-term 26 roadway closure is needed for an infrequent, non-repetitive work operation such as a 27 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 28 29 slowdown on a multi-lane roadway, as part of an approved traffic control plan. 30 The Contractor shall submit for approval a traffic control plan detailing the expected I 31 delay time, interchange ramp control and rolling slowdown distance. A portable 32 changeable message sign shall be placed ahead of the starting point of the traffic 33 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the I 34 Work to avoid any expected backup of vehicles. 35 36 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least I37 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 38 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 39 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 40 traffic speeds and create a clear area ahead of the blockade in which to accomplish the I 41 42 work without a total stoppage of traffic. 43 1-10.3(3)A Construction Signs I 44 The fifth paragraph is revised to read: 45 46 Where it is necessary to add weight to signs for stability, sand.bags or other similar I 47 ballast may be used but the height shall not be more than 4-inches above the Roadway 48 surface, and shall not interfere with the breakaway features of the device. The 49 Contractor shall follow the manufacturer's recommendations for sign ballasting. I 50 51 1-10.3(3)D Barricades 52 The second paragraph is revised to read: 1 2 Where it is necessary to add weight to barricades for stability, sand bags or other similar 3 ballast may be used but the height shall not be more than 4-inches above the Roadway 4 surface and shall not interfere with the breakaway features of the device. The 5 Contractor shall follow the manufacturer's recommendation for sign ballasting. 6 7 1-10.3(3)G Traffic Cones 8 This section including title is revised to read: 9 10 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 11 Where shown on an approved traffic control plan or where ordered by the Engineer, the 12 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. I 13 Cones and tall channelizing devices shall be kept in good repair and shall be removed 14 immediately when directed by the Engineer. Where wind or moving traffic frequently 15 displaces cones, an effective method of stabilizing them, such as stacking two together III 16 at each location, shall be employed. 17 18 1-10.3(3)K Portable Temporary Traffic Control Signal 19 The first paragraph is revised to read: 20 21 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 22 maintain and remove a portable temporary traffic control signal system to provide 23 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic 24 control signal system shall be defined as two traffic control units that operate together. 25 The system shall be trailer mounted, fully self-contained and designed so that it can be 26 easily transported and deployed at different locations. 27 28 The third sentence in the second paragraph is deleted. 29 30 The following is inserted in front of the sixth paragraph: 31 I 32 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 33 Traffic Control Signal is fully operational and maintained as specified by the 34 manufacturer. This Work may include cleaning and replacing lamps and other routine 35 maintenance as needed. 36 37 1-10.4(2) Item Bids with Lump Sum for Incidentals 38 The unit of measurement statement for"Portable Temporary Traffic Control Signal" is revised I 39 to read: 40 I 41 No specific unit of measurement will apply to the lump sum item of"Portable Temporary 42 Traffic Control Signal". 43 44 1-10.5(1) Lump Sum Bid for Project (No Unit Items) , 45 This section is revised to read: 46 47 "Project Temporary Traffic Control", lump sum. 48 49 The lump sum Contract payment shall be full compensation for all costs incurred by the 50 Contractor in performing the Contract Work defined in Section 1-10, except for costs I 51 compensated by Bid Proposal items inserted through Contract Provisions as described 52 in Section 1-10.4(3). 1 1 ' 2 1-10.5(2) Item Bids with Lump Sum for Incidentals 3 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 4 lump sum. 5 6 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 7 8 The lump sum Contract price shall be full compensation for all costs of labor, materials 9 and equipment incurred by the Contractor in performing the Contract Work as described 10 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 11 adjustment, malfunction, or failure of the portable traffic control signals and during 12 13 replacement of failed or malfunctioning signals. 14 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 1 15 April 7, 2008 16 2-01.3(1) Clearing 17 Item 3 .is deleted. 18 19 The first sentence in Item 4. is revised to read: I 20 21 Follow these requirements for all stumps that will be buried deeper than 5-feet from the 22 top, side, or end surface of the embankment or any structure: I 23 24 2-01.3(2) Grubbing 25 Item 2. e, is revised to read: 26 27 Upon which embankments will be placed except stumps may be close-cut or trimmed as 28 allowed in Section 2-01.3(1)item 4. 29 1 30 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 31 April 7, 2008 I 32 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 33 The first sentence in 3. is supplemented with the following: 34 35 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 36 sawcutting provided that a clean vertical edge remains. 37 38 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT MI 39 January 7, 2008 40 2-03.1 Description 41 The first sentence in the first paragraph is revised to read: 42 43 44 The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, 45 excavating below grade, excavating channels and ditches, removing slide material, and 46 disposing of all excavated material. 147 I 111 i t 1 2-03.3(3) Excavation Below Grade 2 The section title is revised to read: 3 4 2-03.3(3) Excavation Below Subgrade 5 6 The first sentence in the fifth paragraph is revised to read: 7 8 Compaction. If the density of the natural earth under any area of the Roadway is 9 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order 10 the Contractor to perform any or all of the following: 12 2-03.3(14)M Excavation of Channels I 13 This section including title is revised to read: 14 15 2-03.3(14)M Excavation of Channels and Ditches 1 16 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes 17 channels that are part of the Roadway. 18 19 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes 20 ditches that are part of the Roadway. 21 22 Before excavating channels or ditches, the Contractor shall clear and grub the area in 23 accordance with Section 2-01. 24 25 2-03.4 Measurement 26 The first sentence in the first paragraph is revised to read: 27 11128 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 29 excavation, and common borrow items will be measured by the cubic yard. 30 31 The fourth sentence in the first paragraph is revised to read: I 32 33 For Roadway excavation, channel excavation and ditch excavation items, the original 34 ground will be compared with the planned finished section shown in the Plans. , 36 2-03.5 Payment 37 The first paragraph is supplemented with the following: 38 39 "Channel Excavation", per cubic yard. 40 "Channel Excavation Incl. Haul", per cubic yard. 41 "Ditch Excavation", per cubic yard. 42 "Ditch Excavation Incl. Haul", per cubic yard. 44 The first sentence in the second paragraph is revised to read: ' 45 46 The unit Contract price per cubic yard for"Roadway Excavation", "Roadway Excavation 47 Incl. Haul", "Roadway Excavation —Area ", `Roadway Excavation Incl. Haul —Area I 48 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 49 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for 50 excavating, loading, placing, or otherwise disposing of the material.51 ' 52 The second paragraph is supplemented with the following: 1 1 1 1 I 2 When a bid item is not included in the proposal for channel excavation or ditch 3 excavation all costs shall be included in roadway excavation. 4 I 5 The third paragraph is revised to read: 6 7 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices 8 shall apply, unless the Work differs materially from the excavation above Subgrade, 19 10 then payment will be in accordance with Section 1-04.4. 11 SECTION 2-10, DITCH EXCAVATION 1 12 January 7, 2008 13 This section is deleted in its entirety. The section title is revised to read: I 14 15 2-10 VACANT 16 17 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 1 18 August 4, 2008 I 19 5-01.3(2)B Portland Cement Concrete 20 The third sentence in the third paragraph is deleted. 1 21 I 22 5-01.3(4) Replace Portland Cement Concrete Panel 23 The last paragraph on page 5-5 of the Standard Specifications is revised to read: 24 I 25 The Contractor shall place a bond breaking material such as polyethylene film, roofing 26 paper or other material as approved by the Engineer along all existing concrete surfaces 27 and between the bottom of the slab and treated bases prior to placing concrete. 1 28 29 5-01.3(5) Partial Depth Spall Repair 30 The fifth paragraph is revised to read: 31 1 32 When a partial depth repair is placed directly against an adjacent longitudinal joint a 33 bond breaking material such as polyethylene film, roofing paper or other material as 34 approved by the Engineer shall be placed between the existing concrete and the area to I 35 36 be patched. 37 SECTION 5-02, BITUMINOUS SURFACE TREATMENT 1 38 December 1, 2008 39 5-02.3(3) Application of Asphalt Emulsion and Aggregate I 40 The chart following the first paragraph is revised to read: 41 Application Rate IUndiluted Asphalt Emulsion Aggregate Aggregates (gal.per sq.yd.)Applied Size (lbs. per sq. yd.) Applied INew Construction I I I Prime Coat 0.35-0.65 %-U.S. No. 4 25-45 or a/Y2 I Tack Coat 0.35-0.60 '/2-U.S. No.4 25-40 Choke Stone N/A U.S.No.4-0 4-6 1 Seal Coats 5/-inch 0.40-0.65 %-U.S. No. 4 25-45 I U.S. No.4-0 4-6 1%-inch 0.35-0.55 %-U.S_ No.4 20-35 4-61 3/-inch—No. 4 0.35-.55 3/%-U.S. No:4 20-30 3/-inch—No. 0.20-0.40 3/-U.S. No. 18-30 I 10 10 I Choke Stone N/A U.S. No.4-0 4-6 1 2 Pavement Sealing Grade Diluted/Undiluted Application Rate(gallsy) CSS-1 or Diluted 0.10-0.18 CSS-1h STE-1 Undiluted 0.05-0.09 3 4 5 The second sentence in the second paragraph is revised to read: I 6 7 The second application of asphalt emulsion (tack coat) shall be applied the next day, or 8 as approved by the Project Engineer. 9 10 The eleventh paragraph and the chart following the eleventh paragraph are revised to read: 11 12 Before application to the Roadway, asphalt emulsion shall be heated to the following 13 temperatures or that recommended by the manufacturer. 14 Distributor Temperature 111 Type and Grade of Asphalt Min. °F Max.°F Emulsion New Construction and Seal Coats: CRS-1, CRS-2, CRS-2P 125 195 I CMS-2,CMS-2S, CMS-2h 125 185 Fog Seal: 1 CSS-1, CSS-1 h, STE-1 70 140 15 16 I 1 1 I 1 The third sentence in the twelfth paragraph is revised to read: I 2 3 CSS-1 and CSS-1h emulsified asphalt shall be diluted at a rate of one part water to one 4 part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by 5 the Project Engineer. I6 7 The twelfth paragraph is supplemented with the following: 8 1 9 10 STE-1 shall not be diluted. ' 11 5-02.3(10) Unfavorable Weather I 12 Item 4. under the second paragraph is revised to read: 13 14 4. Construction of bituminous surface treatments shall not be carried out before May 1 15 16 or after August 31 of any year except upon written order of the Project Engineer. 17 SECTION 5-04, HOT MIX ASPHALT 1 18 December 1, 2008 19 5-04.3(9) Spreading and Finishing I 20 The nominal compacted depth for HMA Class 3/4' and HMA Class 1/2" listed under the first 21 paragraph is revised to read: 22 23 HMA Class 3/4"and HMA Class 1/2" 1 24 wearing course 0.30-feet 25 other courses 0.35-feet 26 I27 5-04.3(12)B Longitudinal Joints 28 The first two paragraphs are revised to read: 29 30 The longitudinal joint in any 1 course shall be offset from the course immediately below 31 by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in 32 the wearing course shall be located at a lane line or an edge line of the Traveled Way. I 33 34 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic 35 lane, subject to approval by the Project Engineer, if: I 36 37 1. The ramp must remain open to traffic, or 38 I 39 2. The ramp is closed to traffic and a hot-lap joint is constructed. 40 41 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving I 42 machines shall be used; a minimum compacted density in accordance 43 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 44 construction equipment other than rollers shall not operate on any 45 uncompacted mix. I46 47 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 48 A40.10-00." 1 49 1 1 I 1 5-04.3(16) Weather Limitations 2 The chart for Surface Temperature Limitation is revised to read: 3 Surface Temperature Limitation Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F IIMore than 0.20 35°F 35°F 4 5 6 5-04.3(21) Asphalt Binder Revision 7 This section is revised to read: 8 9 When the Contracting Agency provides a source of aggregate, the expected percentage 10 content of asphalt binder in the resulting mix will be identified in the Contract 11 documents. 12 13 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 14 Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0.3- I 15 percent from the amount shown in the Contract documents, an adjustment in payment 16 will be made. The adjustment in payment (plus or minus) will be based on the invoice 17 unit cost, including shipping cost, without any markups. The quantity subject to an I 18 adjustment shall be the difference between the JMF asphalt binder percentage and the 19 contract document asphalt binder percentage except that the first 0.3% of this difference 20 shall not apply. No adjustment will be made when the Contractor elects not to use a I 21 Contracting Agency-provided source, or when no source is made available by the 22 Contracting Agency. 23 24 SECTION 5-05, CEMENT CONCRETE PAVEMENT 25 April 6, 2009 26 5-05.3(1) Concrete Mix Design for Paving t 27 The first paragraph under 1. Materials is revised to read: 28 29 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 30 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 31 9-03.1(4)AASHTO grading No. 467. An alternate combined gradation conforming 32 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size 33 equal to or greater than a 1-IA-inch square sieve. 34 35 Under the first paragraph; 3. Mix Design Modifications is revised to read: I 36 37 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall 38 be within the following tolerances of the mix design: 111 39 Portland Cement Concrete Batch Volumes Cement +5% -1% 1 Coarse + 200 Pounds -200 Pounds t 1 Aggregate ,1 I Fine Aggregate + 200 Pounds -200 Pounds 1 2 3 If the total cementitious material weight is made up of different compone nts, these 4 component weights shall be within the following tolerances: 5 6 1. Portland cement weight plus 5-percent or minus 1-percent of that specified 7 in the mix design. 8 9 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- I 10 percent of that specified in the mix design. 11 12 3. Microsilica weight plus or minus 10-percent of that specified in the mix I13 design. 14 15 Water shall not exceed the maximum water specified in the mix design. I 16 17 The Contractor may initiate minor adjustments to the approved mix proportions 18 within the tolerances noted above without resubmitting the mix design. I 19 20 Utilizing admixtures to accelerate the set or to increase workability will be permitted 21 only when approved by the Engineer. Only non-chloride accelerating admixtures 22 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 23 used. 24 25 The Contractor shall notify the Engineer in writing of any proposed modification. A III 26 new mix design will designate a new lot. 27 28 5-05.3(3)C Finishing Equipment 29 The second sentence in the first paragraph is revised to read: 30 31 On other roads and on WSDOT projects requiring less than 1000-square yards of 32 cement concrete pavement or requiring individual placement areas of less than 1000- 33 square yards, irregular areas, intersections and at locations inaccessible to slip-form 34 paving equipment, cement concrete pavement may be placed with approved placement ' 35 and finishing equipment utilizing stationary side forms. 36 37 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 38 The third sentence in the ninth paragraph is deleted. 39 40 5-05.3(8)A Contraction Joints 41 The fifth paragraph is revised to read: 42 43 When cement concrete pavement is placed adjacent to existing cement concrete 44 pavement, the vertical face of all existing working joints shall be covered with a bond 45 breaking material such as polyethylene film, roofing paper or other material as approved 46by the Engineer. I 47 48 5-05.3(8)6 Sealing Sawed Contraction Joints 49 The fifth sentence is revised to read: I I 1 1 2 The hot-poured compound and the cold-poured compound shall be applied under 3 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 1 4 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 5 6 SECTION 6-02, CONCRETE STRUCTURES April 7 Ap tl 009 8 6-02.2 Materials 9 This section is supplemented with the following: 10 11 Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 12 1 13 6-02.3(2)A Contractor Mix Design 14 The third sentence in the fourth paragraph is revised to read: 15 16 The nominal maximum size aggregate for Class 4000P shall be 3/8-inch. 17 111 18 The fourth sentence in the fourth paragraph is revised to read: 19 20 The nominal maximum size aggregate for Class 4000D shall be 1-inch. 21 22 6-02.3(2)B Commercial Concrete 23 The second paragraph is revised to read: 24 25 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 26 culverts, concrete pipe collars, pipe anchors, monument cases, light standard 27 foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence 1 28 post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 29 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have 30 a minimum cementitious material content of 564-pounds per cubic yard of concrete, 1 31 shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial 32 concrete shall not be used for items such as, bridges, retaining walls, box culverts, or 33 foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign I 34 bridges. The Engineer mayapprove the use of commercial concrete for other 35 applications not listed above. 36 37 6-02.3(6)D Protection Against Vibration 38 The second sentence in the second paragraph is revised to read: 39 1 40 These requirements for the protection of freshly placed concrete against vibration shall 41 not apply for plant cast concrete, nor shall they apply to the vibrations caused by the 42 traveling public. 43 1 44 The third sentence in the second paragraph is deleted. 45 46 Item (2)under the third paragraph is revised to read: 47 48 (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000- 49 pounds, track vehicles, trucks (unless excluded above), hand operated jack 50 hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 51 30,000-pounds, and grab-hammers. 1 I 1 1 I 2 Item (3) under the third paragraph is revised to read: 3 4 (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, 5 machine operated impact tools, pavement breakers, and other large pieces of 1 6 equipment. 7 I 8 6-02.3(10) Roadway Slabs and Bridge Approach Slabs 9 This section's content is deleted. This section's title is revised to read: 10 I11 6-02.3(10) Bridge Decks and Bridge Approach Slabs 12 13 This section is supplemented with the following new sub-sections: 14 I15 6-02.3(10)A Preconstruction Meeting 16 A pre-concreting conference shall be held 5 to 10-working days before placing concrete 17 to discuss construction procedures, personnel, and equipment to be used. Those 1 18 attending shall include: 19 20 1. (representing the Contractor)The superintendent and all foremen in charge of I 21 placing the concrete, finishing it; and 22 23 2. (representing the State) The Project Engineer, key inspection assistants, and 24 the State Construction Office. 25 26 If the project includes more than 1 deck or slab, and if the Contractor's key personnel I 27 change between concreting operations, or at request of the Engineer, an additional 28 conference shall be held just before each deck or slab is placed. 29 30 The Contractor shall not place bridge decks until the Engineer agrees that: I31 32 1. Concrete producing and placement rates will be high enough to meet placing 33 and finishing deadlines; I 34 35 2. Finishers with enough experience have been employed; 36 37 38 3. Adequate finishing tools and equipment are at the site, and 39 4. Curing procedures consistent with the Specification requirements are I 40 41 employed. 42 6-02.3(10)B Screed Rail Supports I 43 The Contractor shall place screed rails outside the finishing area. When screed rails 44 cannot be placed outside the finishing area as determined by the Engineer, they shall 45 rest on adjustable supports that can be removed with the least possible disturbance to 46 the screeded concrete. The supports shall rest on structural members or on forms rigid I47 enough to resist deflection. Supports shall be removable to at least 2-inches below the 48 finished surface. For staged constructed bridge decks, the finishing machine screed 49 rails shall not be supported on the completed portion of deck and shall deflect with the 50Iportion of structure under construction. t I t 1 Screed rails (with their supports) shall be strong enough and stiff enough to permit the 2 finishing machine to operate effectively on them. All screed rails shall be placed and 3 secured for the full length of the deck/slab before the concreting begins. If the Engineer 4 approves in advance, the Contractor may move rails ahead onto previously set supports 5 while concreting progresses. But such movable rails and their supports shall not change 6 the set elevation of the screed. 7 8 On steel truss and girder spans, screed rails and bulkheads may be placed directly on 9 transverse steel floorbeams, with the strike-board moving at. right angles to the 10 centerline of the Roadway. 11 12 6-02.3(10)C Finishing Equipment ' 13 The finishing machine shall be self-propelled and be capable of forward and reverse P 14 movement under positive control. The finishing machine shall be equipped with a 15 rotating cylindrical single or double drum screed not exceeding 60-inches in length. The 1 16 finishing machine shall have the necessary adjustments to produce the required cross- 17 section, line, and grade. Provisions shall be made for the raising and lowering of all 18 screeds under positive control. The upper vertical limit of screed travel shall permit the I 19 screed to clear the finished concrete surface. 20 21 For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where 22 jobsite conditions do not allow the use of conventional configuration finishing machines 23 described above, the Contractor may propose the use of a hand operated motorized 24 power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of 25 finishing the bridge deck and bridge approach slab to the same standards as the 26 finishing machine. The Contractor shall not begin placing bridge deck or bridge 27 approach slab concrete until receiving the Engineer's approval of this screed and the 28 placing procedures. I 29 30 On bridge decks the Contractor may use hand-operated strike-boards only when the 31 Engineer approves for special conditions where self propelled or motorized hand I 32 operated screeds cannot be employed. These boards shall be sturdy and able to strike 33 off the full placement width without intermediate supports. Strike-boards, screed rails, 34 and any specially made auxiliary equipment shall receive the Engineer's approval I 35 before use. All finishing requirements in these Specifications apply to hand-operated 36 finishing equipment. 37 38 6-02.3(10)D Concrete Placement, Finishing, and Texturing 39 Before any concrete is placed, the finishing machine shall be operated over the entire 40 length of the deck/slab to check screed deflection. Concrete placement may begin only 41 if the Engineer approves after this test. 42 43 Immediately before placing concrete, the Contractor shall check (and adjust if 44 necessary) all falsework and wedges to minimize settlement and deflection from the 1 45 added mass of the concrete deck/slab. The Contractor shall also install devices, such as 46 telltales, by which the Engineer can readily measure settlement and deflection. 47 48 The Contractor shall schedule the concrete placement so that it can be completely 49 finished during daylight. After dark finishing is permitted if the Engineer approves and if 50 the Contractor provides adequate lighting. 51 1 1 1 1 The placement operation shall cover the full width of the Roadway or the full width I 2 3 between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not 4 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in I 5 true alignment. The Contractor shall not release falsework or wedges supporting pours 6 on either side of a joint until each side has aged as these Specifications require. 7 I 8 Placement of concrete for bridge decks and bridge approach slabs shall. comply with 9 Section 6-02.3(6).The Engineer shall approve the placement method. In placing the 10 concrete, the Contractor shall: 11 I12 1. Place it (without segregation) against concrete placed earlier, as near as 13 possible to its final position, approximately to grade, and in shallow, closely 14 spaced piles; I 15 16 2. Consolidate it around reinforcing steel by using vibrators before strike-off by 17 the finishing machine; I 18 19 3. Not use vibrators to move concrete; 20 1 21 4. Not revibrate any concrete surface areas where workers have stopped prior to 22 screeding; 23 24 5. Remove any concrete splashed onto reinforcing steel in adjacent segments I25 before concreting them; 26 27 6. Tamp and strike off the concrete with a template or strike board moving slowly I 28 forward at an even speed; 29 30 . 7. Maintain a slight excess of concrete in front of the cutting edge across the I 31 entire width of the placement operation; 32 33 8. Make enough passes with the strike-board (without overfinishing and bringing I 34 excessive amounts of mortar to the surface) to create a surface that is true and 35 ready for final finish; and 36 I 37 9. Leave a thin, even film of mortar on the concrete surface after the last pass of 38 the strike-board. 39 40 Workers shall complete all post screeding operations without walking on the concrete. I41 This may require work bridges spanning the full width of the slab. 42 43 After removing the screed supports, the Contractor shall fill the voids with concrete (not 1 44 mortar). 45 46 If necessary, as determined by the Engineer, the Contractor shall float the surface left by I 47 the finishing machine to remove roughness, minor irregularities, and seal the surface of 48 the concrete. Floating shall leave a smooth and even surface. Float finishing shall be 49 kept to a minimum number of passes so air bubbles in the concrete are not released. 50 The floats shall be at least 4-feet long. Each transverse pass of the float shall overlap 51 the previous pass by at least half the length of the float. The first floating shall be at right I • I 1 angles to the strike-off. The second floating shall be at right angles to the centerline of 2 the span.A smooth riding surface shall be maintained across construction joints. 3 4 Expansion joints shall be finished with a 1/2-inch radius edger. 5 6 After floating, but while the concrete remains plastic, the Contractor shall test the entire 7 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing 8 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be 9 advanced in successive positions parallel to the centerline, moving not more than 1/2 10 the length of the straightedge each time it advances. This procedure shall be repeated 11 with the straightedge held perpendicular to the centerline. An acceptable surface shall ,. 12 be one free from deviations of more than 1/8-inch under the 10-foot straightedge. 13 14 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 15 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. 16 Retesting and refinishing shall continue until an acceptable, deviation free surface is 17 produced. The hardened concrete shall meet all smoothness requirements of these • 18 Specifications even though the tests require corrective Work. 19 20 The Contractor shall texture the bridge deck and bridge approach slab by combing the 21 final surface perpendicular to the centerline. Made of a single row of metal tines, the 1 22 comb shall leave striations in the fresh concrete approximately 3/16-inch deep by 1/8- ' 23 inch wide and spaced approximately 1/2-inch apart. The Engineer will decide actual 24 depths at the site. (If the comb has not been approved, the Contractor shall obtain the I 25 Engineer's approval by demonstrating it on a test section.) 26 27 The Contractor may operate the combs manually or mechanically, either singly or with I 28 several placed end to end. The timing and method used shall produce the required 29 texture without displacing larger particles of aggregate. Texturing shall end 2-feet from 30 curb lines.This 2-foot untextured strip shall be hand finished with a steel trowel. 31 32 If the Plans call for an overlay(to be constructed under the same Contract), such as hot 33 mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall 34 produce the final finish by dragging a strip of damp, seamless burlap lengthwise over 35 the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the 36 deck/slab in width. Approximately 3-feet of the drag shall contact the surface, with the 37 least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of 38 concrete. When it fails to produce the required finish, the Contractor shall replace it. 39 When not in use, it shall be lifted clear of the slab. 40 41 After the deck/slab has cured, the surface shall not vary more than 1/8-inch under a 10- 42 foot straightedge placed parallel and perpendicular to the centerline. 43 44 The Contractor shall cut high spots down with a diamond faced, saw-type cutting 45 machine. This machine shall cut through mortar and aggregate without breaking or 46 dislodging the aggregate or causing spalls. I 47 48 Low spots shall be built up utilizing a grout or concrete with a strength equal to or 49 greater than the required 28-day strength of the deck/slab. The method of build-up shall I 50 be submitted to the Engineer for approval. 51 I I 1 The surface texture on any area cut down or built up shall match closely that of the I 2 surrounding bridge deck or bridge approach slab area. The entire bridge deck and 3 bridge approach slab shall provide a smooth riding surface. 4 5 6-02.3(10)E Sidewalk I 6 Concrete for sidewalk shall be well compacted, struck off with a strike-board, and 7 floated with a wooden float to achieve a surface that does not vary more than %-inch 8 under a 10-foot straightedge. An edging tool shall be used to finish all sidewalk edges I9 and expansion joints. The final surface shall have a granular texture that will not turn 10 slick when wet. 11 1 12 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 13 Bridge approach slabs shall be constructed full bridge deck width from outside usable 14 Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge I 15 approach slabs shall be modified as shown in the Plans to accommodate the grate 16 inlets at the bridge ends if the grate inlets are required. 17 I 18 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor 19 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall 20 conform to ASTM A 36. All metal parts shall receive 1 coat of formula A-11-99 paint I 21 meeting the requirements of Section 9-08.2. The pipe shall be any non-perforated PE 22 or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to 23 Section 9-04.6. The anchors shall be installed parallel both to profile grade and center 24 line of Roadway. The Contractor shall secure the anchors to ensure that they will not be I25 misaligned during concrete placement. For Method B anchors installations, the epoxy 26 bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. 27 The compression seal shall be as noted in the Contract documents. Dowel bars shall I 28 be installed in the bridge approach slabs in accordance with the requirements of the 29 Standard Plans and Section 5-05.3(10). 30 I 31 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge 32 approach slabs may be opened to traffic when a minimum compressive strength of 33 2,500 psi is achieved. I 34 35 6-02.3(12) Construction Joints 36 The third sentence in the second paragraph is deleted. I 37 38 6-02.3(14) Finishing Concrete Surfaces 39 The following new sub-section is inserted after Section 6-02.3(14)B: I 40 41 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 42 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 I 43 44 surface finish, (except that concrete barrier surfaces shall be finished in accordance with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that 45 complete neutralization of the surface and subsequent penetration of the pigmented 46 sealer is achieved. All curing agents and form release agents shall be removed. The I47 surface shall be dry, clean and prepared inaccordance with the manufacturer's written 48 instructions. The Contractor shall submit four copies of the manufacturer's written 49 instructions. I 50 ., 51 The Contractor shall not apply pigmented sealer from a batch greater than twelve 52 months past the initial date of color sample approval of that batch by the Engineer. I I I - t 1 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 2 in the Special Provisions. 3 4 The pigmented sealer shall be.spray applied in accordance with the manufacturer's 5 written instructions for application, air temperature required for sealer application and 6 curing, qualification of applicator, rate of application, and number of coats to apply. 7 Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. 8 Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when 9 the air is misty, or otherwise unsatisfactory for the work, in the opinion of the 10 manufacturer or the Engineer. The final appearance shall have an even and uniform 11 color acceptable to the Engineer. 12 13 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 14 fascia panels, and noise barrier.wall panels, the pigmented sealer shall extend to one 15 foot below the finish ground line, unless otherwise shown in the Plans. 16 17 6-02.3(17)N Removal of Falsework and Forms 18 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier 19 form,and pedestrian barrier forms"etc, is deleted. 20 21 6-02.3(17)0 Early Concrete Test Cylinder Breaks 22 The third paragraph is revised to read: 111 23 24 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 25 26 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 27 This section's title is revised to read: 28 29 6-02.3(20) Grout.for Anchor Bolts and Bridge Bearings 30 31 6-02.3(25) Prestressed Concrete Girders 32 In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder 33 is revised to read: 34 35 WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, 36 WF66G,WF74G, WF83G, WF95G and WF100G. 37 38 Inthe fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is 39 revised to read: 40 41 WSDOT standard girders in this category include Series WF66PTG, WF74PTG, 42 WF83PTG, WF95PTG and WF100PTG. 43 44 6-02.3(25)B Casting 45 The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted. 46 47 6-02.3(25)C Prestressing 48 The fifth paragraph is revised to read: 49 50 From manufacture to encasement in concrete, prestressing strand shall be protected I 51 against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry 52 covered area and shall be kept in the manufacturer's original packaging until placement I � J III 1 in the forms. If prestressing strand has been damaged or pitted, it will be rejected. I 2 Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for 3 any sign of pitting or section loss. 4 I 5 6-02.3(25)J Horizontal Alignment 6 The first paragraph is revised to read: 7 8 The Contractor shall check and record the horizontal alignment of the top and bottom I 9 10 flanges of each girder at the following times: 11 1. Initial-upon removal of the girder from the casting bed; I 12 13 2. Final -within 2-weeks, but not less than 3-days prior to shipment; and 14 15 3. Storage - between 115 to 125-days after casting, if the girder remains in 16 storage for a period exceeding 120-days. 17 18 Each check shall be made by measuring the distance between eachflange and a chord 19 t xe d . hat e t n s the full length of the girder. The Contractor shall pertorm and record each 20 check at a time when thealignment of the girder is not influenced by temporary 21 differences in surface temperature. Records for the Initial check shall be included in the 111 22 Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and 23 Storage checks shall be provided to the Engineer for approval. 24 1 25 The first sentence in the fifth paragraph is deleted. 26 27 6-02.3(25)K Girder Deflection • III 28 The first paragraph is revised to read: 29 30 The Contractor shall check and record the vertical deflection (camber) of each_girder at I 31 the following times: 32 33 1. Initial-upon removal of the girder from the casting bed; and I 34 35 2. Storage - within 2-weeks, but not less than 3-days prior to shipment, if the 36 girder remains in storage for a period exceeding .120-days. I 37 38 The Contractor shall perform and record each check at a time when the alignment of the 39 girder is not influenced by temporary differences in surface temperature. These records 40 shall be available for the Engineer's inspection, and in the case of girders older than I41 120-days, shall be transmitted to the Engineer as soon as practical for evaluation of the 42 effect of long-term storage on the "D" dimension. Records for the Initial check shall be 43 included in the Contractor's Prestressed Concrete Certificate of Compliance. Records I 44 for the Storage check shall be provided to the Engineer for approval. 45 ' 46 6-02.3(25)L Handling and Storage • I 47 The fifth sentence in the third paragraph is deleted. 48 49 6-02.3(25)N Prestressed Concrete Girder Erection I 50 The fourth paragraph is revised to read: 51 I I t 1 When prestressed girders arrive on the project, the Project Engineer will confirm that 2 they are stamped "Approved for Shipment", that the final horizontal alignment and 3 deflection (camber) check records have been approved, and that they have not been 4 damaged in shipment, before accepting them. 5 6 6-02.3(26)E Ducts I 7 The first six paragraphs under the heading Ducts for Internal Embedded Installation are 8 revised to read: 9 1 10 Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic 11 ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides 12 or other chemicals reactive with concrete or post-tensioning reinforcement. Ducts, I 13 including their splices, shall either have a white coating on the outside or shall be of a 14 white material with ultraviolet stabilizers added. Ducts, including their splices, shall be 15 capable of withstanding concrete pressures without deforming or permitting the intrusion 1 16 of cement paste during placement of concrete.All fasteners shall be appropriate for use 17 with plastic ducts, and all clamps shall be of an approved plastic material. 18 19 Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. 20 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either 21 PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a 22 minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, 1 23 based on tests performed by the duct fabricator on samples taken from the lot of 24 finished product. The duct thickness shall be as specified in Section 10.8.3 of the it 25 AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. 26 27 Each duct shall maintain the required profilewithin a placement tolerance of plus or 28 minus 1/4-inch for longitudinal tendons and plus or minus 1/8-inch for transverse slab I 29 tendons during all phases of the work. The minimum acceptable radius of curvature 30 shall be as recommended by the duct manufacturer and as supported by documented 31 industry standard testing.The ducts shall be completely sealed to keep out all mortar. 32 33 Each duct shall be located to place the tendon at the center of gravity alignment shown 34 in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to 35 the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied 36 firmly in position before they are covered with concrete. During concrete placement, the 37 Contractor shall not displace or damage the ducts. 38 39 The ends of the ducts shall: 40 41 1. Permit free movement of anchorage devices, and I 42 2. Remain covered after installation in the forms to keep out all water or debris. 43. 44 Immediately after any concrete placement, the Contractor shall force blasts of oil-free, I 45 compressed air through the ducts to break up and remove any mortar inside before it 46 hardens. Before deck concrete is placed, the Contractorshall satisfy the Engineer that 47 ducts are unobstructed and contain nothing that could interfere with tendon installation; 48 tensioning, or grouting. If the tendons are in place, the Contractor shall show that they 49 are free in the duct. 50 - 51 Ducts shall be capped and sealed at all times until the completion of grouting to prevent 52 the intrusion of water. - 1 1 I 1 I 2 The last paragraph under the heading Ducts for Internal Embedded Installation is revised 3 to read: 4 5 When the duct must be curved in a tight radius, more flexible duct may be used, subject 6 to the Engineer's approval. 7 8 The first paragraph under the heading Ducts for External Exposed Installation is revised 1 109 to read: 11 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 12 classification for each property listed in Table 1 shall be as follows: 13 14 This section is supplemented with the following: 15 16 Vents, Grout Injection Ports, Drains and Caps 17 The Contractor shall install vents at high points and drains at low points of the tendon I 18 profile (and at other places if the Plans require). Vents at high points shall consist of a 19 set of three vents -one to be installed at the high point of the duct, and flanking vents to 20 be installed on either side of the high point vent at locations where the duct profile is 8 to 21 12 inches below the elevation of the high point vent. Vents shall include grout injection I 22 ports. 23 24 Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of I25 either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or 26 other chemicals reactive with concrete or post-tensioning reinforcement. Stainless steel 27 vents and drains shall conform to ASTM A 240 Type'316. Nylon vents and drains shall I. 28 conform to cell classification S-PA0141 (weather resistant). Polyolefin vents and drains 29 shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in 30 accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress 31 crack resistance of three hours minimum when tested at an applied stress of 350 psi in 32 accordance with ASTM F 2136. 33 34 All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an 35 approved plastic material. Taping of connections is not allowed. Valves shallbe positive 36 mechanical shut-off valves. Valves, and associated caps, shall have a minimum 37 pressure rating of 100 psi. 38 I 39 Vents shall point upward and remain closed until grouting begins. Drains shall point 40 downward and remain open until grouting begins. Ends of stainless steel vents and I41 drains shall be removed 1-inch inside the concrete surface after grouting has been 42 completed. Ends of nylon or polyolefin.vents and drains may be left flush to the surface- 43 unless otherwise specified by the Engineer. Vents, except for grout injection, are not I 44 required for transverse post-tensioning ducts in the roadway slab unless specified in the 45 Plans. 46 I 47 48 Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless steel caps shall conform to ASTM A 240 Type 316L. 'The resin for FRP caps shall be 49 either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to 50 cell classification S-PA0141 (weather resistant). Caps shall be sealed with "O" ring seals 51 or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened 52 to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. 1 I . 1 2 Leak Tightness Testing 3 The Contractor shall test each completed duct assembly for leak tightness, prior to 111 4 casting concrete and placing post-tensioning reinforcement. The Contractor shall submit 5 the equipment used to conduct the leak tightness testing and to monitor and record the 6 pressure maintained in and lost from the closed assembly, and the process to be 7 followed in conducting the leak tightness testing, to the Engineer for approval along with 8 the post-tensioning system shop drawings in accordance with Section 6-02.3(26)A. 9 10 Prior to testing, all vents, grout injection ports, and drains shall either be capped or have 11 their shut-off valves closed. The Contractor shall pressurize the completed duct 12 assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes I 13 to allow for internal adjustments within the assembly. After five minutes, the air supply 14 valve shall be closed. The Contractor, shall monitor and measure the pressure 15 maintained within the closed "assembly, and any subsequent loss of pressure, over a I 16 period of one minute following the closure of the air supply valve. Locations of leakage 17 shall be identified, repaired or reconstructed, and the repaired reassembled duct system 18 retested..The cycle 'of testing, repair and retesting of each completed duct assembly ' 19 shall continue until the completed duct assembly completes a test with pressure loss 20 ' within the specified amount. The maximum pressure loss for duct assemblies equal to 21 or less than 150 feet in length shall be.25 psig. The maximum pressure loss for duct s 22 assemblies greater than 150 feet in length shall be 15 psig. 23 24 6-02.3(26)F Prestressing Reinforcement 25 The fourth paragraph is revised toread: 26 27 From manufacture to encasement in concrete or grout, prestressing strand shall be 28 protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in . I 29 a dry covered area and shall be kept in the manufacturer's original packaging. If 30 prestressing strand has been damaged or pitted, it will be rejected.. Prestressing strand 31 with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting I 32 or section loss. If the prestressing reinforcement will not be stressed and grouted for 33 more that seven calendar days after it is placed in the ducts, the Contractor shall place 34 an approved corrosion inhibitor conforming to Federal Specification MIL-P-3420F-87 in 1 35 the ducts. . 36 37 6-02.3(26)H Grouting ' 38 The following is inserted in front of the first paragraph of this section: 39 40 Grout for post-tensioning reinforcement shall be a Class C pre-packaged, pumpable, 41 non-segregating, non-shrink, high-strength grout conforming to the requirements 42 specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, P 43 ' latest edition and current interims. Pre-packaged components of the grout mix shall be 44 used within six months or less from date of manufacture to date of usage. Grout for I 45 post-tensioningreinforcement will be accepted based on manufacturers certificate of P 46 compliance in accordance with Section 1-06.3, except that the water-cementitious li 47 ' material ratio of 0.45 maximum shall be field verified. 48 ' 49 All grout produced for any single structure shall be furnished by one supplier. 50 51 All groutingoperations shall be conducted byASBI certified grout technicians. P 52 I I 1 The Contractor shall submit a grouting operation plan to the Engineer for approval in ' 2 3 accordance with Section 6-01.9. The grouting operation plan shall include, but not be limited to, the following: 4 5 1. Names of the grout technicians, accompanied by documentation of their ASBI 1 6 certification. 7 8 2. Type, quantity and brand of materials used in the grouting operations, 1 9 including all manufacturer's certificates of compliance. 10 11 3. Type of equipment to be used, including meters and measuring devices used I12 13 to positively measure the quantity of materials used to mix the post-tensioning grout, the equipment capacity in relation to demand and working conditions, 14 and all back-up equipment and spare parts. I 15 16 4. General grouting procedure. 17 I 18 5. Duct leak tightness testing and repair procedures as specified in Section 6- 19 02.3(26)E. 20 1 21 6. Methods used to control the rate of grout flow within the ducts. 22 23 7. Theoretical grout volume calculations, and target flow rates recommended by 24 the grout manufacturer as a function of the mixer equipment and the expected I range of ambient temperatures. 26 27 8. Grout mixing and pumping procedures. I 28 29 9. Direction of grouting. 30 I 31 10. Sequence of use of the grout injection ports, vents and drains. 32 33 11. Procedures for handling blockages. I 34 35 12. Procedures for post-grouting repairs. 36 37 The Contractor shall not begin grouting operations until receiving the Engineer's 1 38 approval of the grouting operation plan. 39 40 Post-tensioning grout shall be mixed in accordance with the pre-packaged grout I 41 manufacturer's recommendations using high-shear colloidal mixers. Mechanical paddle 42 mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be 43 free of lumps and undispersed cement. All equipment used to mix each batch of post- ' 44 45 tensioning grout shall be equipped with appropriate meters and measuring devices to positively measure all quantities of all materials used to produce the mixed grout. The 46 field test for water-cementitious materials ratio shall be performed prior to beginning the I 47 48 grout injection process. Grouting shall not begin until the material properties of each batch of grout have been confirmed as acceptable. 49 50 The fourth paragraph is deleted. I51 52 The fifth paragraph is deleted. I I 1 1 2 The sixth paragraph is deleted 3 4 6-02.5 Payment 5 The bid item "Commercial Concrete" and the associated paragraph is supplemented with the 6 following: 7 8 All costs in connection with furnishing and applying pigmented sealer to concrete 9 surfaces as specified shall be included in the unit contract price per cubic yard for 10 "Conc. Class ". If the concrete is to be paid for other than by class of concrete then 11 the costs shall be included in the applicable adjacent item of work. 12 13 SECTION 6-03, STEEL STRUCTURES 14 April 6, 2009 15 6-03.3(33) Bolted Connections I 16 The second paragraph is revised to read: 17 18 All bolted connections are slip critical. Painted structures require either Type 1 or Type 19 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 20 galvanized or be used in contact with galvanized metal. 21 22 6-03.3(33)A Pre-Erection Testing 23 The first sentence in the first paragraph is revised to read: 24 25 High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be 26 subjected to a field rotational capacity test, as outlined below, prior to any erection I 27 activity. 28 29 6-03.3(38) Placing Superstructure 11130 This section is revised to read: 31 32 The concrete in piers and crossbeams shall reach at least 80-percent of design strength 33 before girders are placed on them. ' 34 35 6-03.4 Measurement 36 The second paragraph is revised to read: 37 38 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be 39 paid for on a lump sum basis, whichever is shown on the Proposal. 40 41 SECTION 6-05, PILING 42 December 1, 2008 1 43 6-05.3(11)A Tolerances 44 The first sentence is revised to read: 45 46 For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of 47 the horizontal locations indicated in the Contract. 48 1 1 I 1 SECTION 6-07, PAINTING ' 2 April 6, 2009 3 6-07.3(1) Painting New Steel Structures 4 The third paragraph is revised to read: 5 6 The primer coat, the second coat and the third coat shall all be selected from the same ' 7 8 manufacturer and shall be from one of the approved paint systems listed in the Qualified Products List. Once a paint system has been selected, that system shall be used 9 throughout the Structure. 10 11 The ninth paragraph is deleted. 12 13 6-07.3(2)G Painting Steel Surfaces 1 14 The first sentence in the first paragraph is revised to read: 15 16 The coating system for all steel surfaces shall incorporate 3 single component moisture- !' 17 cured polyurethane coats from the same manufacturer and shall be from one of the 18 approved paint systems listed in the Qualified Products List. 19 20 6-07.3(4) Painting Galvanized Surfaces 21 This section is revised and renumbered as follows: 22 23 6-07.3(4)A Painting of Galvanized Surfaces 24 All galvanized surfaces receiving paint shall be prepared for painting in accordance with 25 the ASTM D 6386. The method of preparation shall be as agreed upon by the paint 26 manufacturer and the galvanizer. The Contractor shall not begin painting until receiving 27 the Engineer's approval of the prepared galvanized surface. 28 29 Environmental Conditions 30. Steel surfaces shall be: 31 32 • Greater than 35°F and 33 • Less than 115°F 34 or in accordance with the manufacturer's recommendations, whichever is more 35 stringent. ' 36 37 The Contractor shall paint the dry surface as follows: 38 I Paint Formulas Type First Coat MIL-P-24441 Epoxy polyamide Second Coat C-11-99 Moisture Cured Aliphatic Polyurethane ' 39 40 ' 41 Each coat shall be dry before the next coat is applied.All coats applied in the shop shall 42 be dried hard before shipment. 43 44 The following new section is inserted before Section 6-07.3(4)A: ' 45 I 1 . 1 6-07.3(4) Painting or Powder Coating of.Galvanized Surfaces 2 Galvanized surfaces specified to be coated after galvanizing shall receive either paint in , 3 accordance with Section 6-07.3(4)A or powder coating in accordance with Section 6- 4 07.3(4)B. The color of the finish coat shall be as specified in the Special Provisions. 5 6 The following new sub-section is inserted after Section 6-07.3(4)A: 7 8 6-07.3(4)B Powder Coating of Galvanized Surfaces 9 Powder coating of galvanized surfaces shall conform to the following requirements: 10 11 Submittals 12 The Contractor shall submit the following information to the Engineer for approval: I 13 14 1. The name, location, and contact information (mail address, phone, 15 and e-mail)for the firm performing the powder coating operation. 16 17 2. Quality control (QC) programs established and followed by the firm 18 performing the powder coating operation. Forms to document 19 inspection and testing of coatings as part of the QC program shall be 20 included in the submittal. 21 I 22 3. Project specific powder coating plan, including identification of the 23 powder coating materials used (and manufacturer), and specific 24 cleaning, surface preparation, pre-heating, powder coating 25 application, curing, shop and field coating repair, handling, and I 26 storage processes to be taken for the assemblies being coated for 27 this project. 28 29 4. Product data and MSDS sheets for all powder coating and coating 30 repair materials. 31 32 Galvanizing 33 Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the 34 specific assemblies and surfaces receiving the powder coating after galvanizing, to 35 ensure that the galvanizing method used on these assemblies is compatible with 36 subsequent application of a powder coating system. Specifically, such assemblies 37 shall neither be water-quenched, nor receive a chromate conversion coating, as 38 part of the galvanizing operation. 39 40 Galvanized Surface Cleaning and Preparation 41 Galvanized surfaces receiving the powder coating shall be cleaned and prepared I 42 for coating in accordance with ASTM D 6386, and the project specific powder 43 coating plan as approved by the Engineer. 44 I 45 Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel 46 shall receive surface smoothing and surface cleaning in accordance with ASTM D 47 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section I 48 5.4.1. 49 50 Assemblies conforming to the ASTM D 6386 definition for partially weathered 51 galvanized steel shall be checked and prepared in accordance with ASTM D 6386 52 Section 6, before then receiving surface smoothing and surface cleaning in 1 I 1 accordance with ASTM D 6386 Section 5, and surface preparation in accordance I 2 3 with ASTM D 6386 Section 5.4.1. 4 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized 5 steel shall be prepared in accordance with ASTM D 6386 Section 7, before then 6 receiving surface smoothing and surface cleaning in accordance with ASTM D 7 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section 8 5.4.1. I9 10 The Contractor shall notify the Engineer of all surface cleaning and preparation 11 activities, and shall provide the Engineer opportunity to perform quality assurance 12 inspection, in accordance with Section 1-05.6, at the completion of surface cleaning 13 and preparation activities prior to beginning powder coating application. 14 15 Powder Coating Application and Curing I 16 . After surface preparation, the two component powder coating shall be applied in 17 accordance with the powder coating manufacturer's recommendations, the project 18 specific powder coating plan as approved by the Engineer, and as follows: 19 20 1. Pre-heat. The pre-heat shall be sufficient to prevent pin holes from 21 forming in the finished coating system. I22 23 2. Apply the epoxy primer coat, followed by a partial cure. 24 25 3. Apply the polyester finish coat, followed by the finish cure. 26 27 Testing " I 28 The firm performing the powder coating operation_ shall conduct, or make 29 arrangements for, QC testing on all assemblies receiving powder coating for this 30 project, in accordance with the powder coating firm's QC program as documented I 31 in item 2 of the Submittal subsection above. Testing may be performed on coated 32 surfaces of production fabricated items, or on a representative test panel coated 33 alongside the production fabricated items being coated. There shall be a minimum 34 of one set of tests representing each cycle of production fabricated items coated I 35 and cured. Additional tests shall be performed at the request of the Engineer. 36 Repair ofdamaged coatings on production fabricated items shall be the 37 responsibility of the firm applying the powder coating,.and shall be in accordance I38 with the project specific powder coating plan as approved by the Engineer. At a 39 minimum, the QC testing shall test for the following requirements: 40 I 41 1. Visual inspection for the presence of coating holidays, and other 42 , unacceptable surface imperfections. 43 I 44 2. Coating thickness measurement.in accordance with Section 6-07.3(5). 45 The minimum thickness of the epoxy primer coating and polyester finish 46 coating shall be 3 mils each. I 47 48 3. Hardness testing in accordance with ASTM D 3363, with the finish coat 49 providing a minimum hardness value of H. I 50 51 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum 52 adhesion for the complete two component coating system. I 1 1 2 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent 3 cure test. 4 5 The results of the QC testing shall be documented in a QC report, and submitted to 6 the Engineer for approval. 7 8 The Engineer shall be provided notice and access to all assemblies at the powder 9 coating facility for the purposes of Contracting Agency.acceptance inspection, I 10 including notice and access to witness all hardness and adhesion testing performed 11 .by the firm conducting the QC testing, in accordance with Section 1-05.6. 12 II13 Assemblies not meeting the above requirements will be subject to rejection by the 14 Engineer. Rejected assemblies shall be repaired or re-coated by the Contractor, at 15 no additional expense to the Contracting Agency, in accordance with the project 1 16 specific powder coating plan as approved by the Engineer until the assemblies 17 satisfy the acceptance testing requirements. 18 19 Assemblies shall not be shipped from the powder coating firm's facility to the 20 project site until the Contractor receives the Engineer's approval of the QC Report 21 and assembly inspection performed by the Engineer. 22 23 Coating Protection For Shipping, Storage, and Field Erection 24 After curing and acceptance, the Contractor shall protect the coated assemblies 25 with multiple layers of bubble wrap, or other protective wrapping materials specified 1 26 in the project specific powder coating plan as approved by the Engineer. 27 28 During storage and shipping, each assembly shall be separated from other 1 29 assemblies by expanded polystyrene spacers and other spacing materials specified 30 in the project specific powder coating plan as approved by the Engineer. 31 32 After erection, all coating damage due to the Contractor's shipping, storage, 1 33 handling, and erection operations shall be repaired by the Contractor, at no 34 additional expense to the Contracting Agency, in accordance with the project 35 specific powder coating plan as approved by the Engineer. The Contractor shall 36 provide the Engineer access to all locations of all powder coated members for 37 verification of coating conditions prior to and following all coating repairs. 38 39 6-07.3(5) Paint- Film Thickness 40 The second sentence in the first paragraph is deleted and replaced with the following: 41 42 The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5 43 mils nor greater than the paint manufacturer's maximum recommended thickness. The 44 primer coat shall meet the coefficient of friction requirements of Section 6-07.3(1)and 6- 1 45 07.3(2)E Item 2. Top flange surfaces to be embedded in concrete shall receive a mist 46 coat. Welded shear connectors, if installed in the shop, shall not receive paint except for 47 incidental overspray. 48 1 1 1 I 1 SECTION 6-09, MODIFIED CONCRETE OVERLAYS I2 April 6, 2009 3 6-09.3(1)B Rotary Milling Machines I 4 This section is revised to read: 5 6 Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and I 7 conform to the requirements in Section 1-07.7. 8 9 6-09.3(1)C Hydro-Demolition Machines 10 This section is revised to read: 11 12 Hydro-demolition machines shall consist of filtering and pumping units 'operating in 13 conjunction with a remote-controlled robotic device, using high velocity water jets to I 14 remove 1/2-inch of sound concrete with the simultaneous removal of all deteriorated 15 concrete. Hydro-demolition machines shall also clean any exposed reinforcing steel of 16 all rust and corrosion products. 111 17 18 6-09.3(1)D Shot Blasting Machines 19 This section is revised to read: P20 21 Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive 22 to remove 1/2-inch of sound concrete. The shot blasting machine shall vacuum and I23 store all material removed from the scarified concrete surface into a self contained unit. 24 25 6-09.3(5)A General ' 26 This section is supplemented with the following: , 27 28 Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified I29 to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 30 31 6-09.3(5)E Rotomilling 32 The second sentence is revised as follows: 33 34 The operating parameters of the rotary milling machine shall be monitored in order to 35 prevent the unnecessary removal of concrete below the 1/2-inch maximum removal ' 36 depth. 37 38 6-09.3(6) Further Deck Preparation 39 The first sentence in the first paragraph is revised to read: 40 41 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the P42 Contractor, with the Engineer, shall perform an inspection of the completed work in 43 accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of 44 the existing bridge deck that are authorized by the Engineer for further deck preparation P45 46 by the Contractor. 47 6-09.3(6)B Deck Repair Preparation P48 The second sentence in the first paragraph is revised to read: 49 1 1 If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 2 between concrete and top mat of steel is broken, concrete shall be removed to provide I 3 a 3/4-inch minimum clearance around the top mat of steel reinforcing bars. 4 5 6-09.3(6)C Placing Deck Repair Concrete 6 The first paragraph is revised to read: 7 8 Deck repair concrete for modified concrete overlays shall be either modified concrete or 9 concrete Class M as specified below. 10 11 The third paragraph is deleted. 12 13 The fourth paragraph is revised to read:. 14 15 Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the I 16 periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 17 continuous inches along the length of the bar, may be filled during the placement of the 18 concrete overlay. 19 20 This section is supplemented with the following: 21 1 22 Type 2 deck repairs, defined as deck repair areas not conforming to the definition of 23 Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours 24 in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 25 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 26 27 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 28 Concrete Overlays ' 29 The first sentence in the first paragraph is revised to read: 30 31 The Engineer will perform slump, temperature, and entrained air tests for acceptance in I 32 accordance with Section.6-02.3(5)D and as specified in this Section after the Contractor 33 indicates that the concrete is ready for placement. 34 35 The third paragraph is deleted. 36 37 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 38 The following new sentence is inserted as the leading sentence in the second paragraph: 39 40 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 41 accordance with Section 6-02.3(5)0 and as specified in this Section. 42 43 The third paragraph is deleted. 44 ' 45 . 6-09.3(10) Overlay Profile and Screed Rails 46 This sections content is deleted. 47 1 48 This section is supplemented with the following new sub-sections: 49 50 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification I 51 . Prior to beginning the scarifying concrete surface finish work specified under Section 6- 52 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified• 1 1 to receive modified concrete overlay for use in establishing the existing cross section I 2 3 and grade profile elevations. 4 The Contracting Agency will provide the Contractor with primary survey control 5 information consisting of descriptions. of two primary control points used for the I 6 horizontal and vertical control. Primary control points will be described by reference to 7 the bridge or project specific stationing and elevation datum. The Contracting Agency 8 will also provide horizontal coordinates for the beginning and ending points and for each 9 Point of Intersection (PI) on each centerline alignment included in the project. The 10 Contractor shall provide the Engineer 21-calendar days notice in advance of scheduled 11 concrete surface scarification work to allow the Contracting Agency time to provide the I 12 13 primary survey control information. . 14 The Contractor shall verify the primary survey control information furnished by the I 15 Contracting Agency, and shall expand the survey control information to include 16 secondary horizontal and vertical control points as needed for the project. The 17 Contractor's survey records shall include descriptions of all survey control points, I 18 including coordinates and elevations of all secondary control points. 19 20 The Contractor shall maintain detailed survey records, including a description of the 21 work performed on each shift, the methods"utilized to conduct the survey, and the I 22 control points used. The record shall be of sufficient detail to allow the survey to be 23 reproduced. A copy of each" day's survey record shall be provided to the Engineer 24 within 3-working days after the end of the shift. The Contractor shall compile the survey I 25 information in an electronic file format acceptable to the Contracting Agency (Excel 26 spreadsheet format is preferred). 27 I 28 Survey information collected shall include station, offset, and elevation for each lane line 29 and curbline. Survey information shall be collected at even 20-foot station intervals, and 30 also at the centerline of each bridge expansion joint. The Contractor shall ensure a 31 surveying accuracy to within ± 0.01-feet for vertical control and ± 02-feet for horizontal I 32 control. The survey shall extend 100'-0" beyond the bridge back of pavement seat. 33 I 34 Except for the primary survey control information furnished by the Contracting Agency, 35 the Contractor shall be responsible for all calculations, surveying, and measuring 36 required for setting, maintaining and resetting equipment and materials necessary for I37 the construction of the overlay to the final grade profile. The Contracting Agency may 38 post-check the Contractor's surveying, but these post-checks shall not relieve the 39 Contractor of responsibility for internal survey quality control. 40 1 41 The Contracting Agency will establish the final grade profile based on the Contractor's 42 survey, and will provide the final grade profile to the Contractor within three working 43 days after receiving the Contractor's survey information. I 44 45 The Contractor shall not begin scarifying concrete surface work specified under Section 46 6-09.3(5)until receiving the final grade profile from the Engineer. I 47 48 6-09.3(10)B Establishing Finish Overlay Profile 49 The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade I 50 51 profile. The final grade profile shall be verified prior to the placement of modified concrete overlay with the screed rails in place. The finishing machine shall be passed 52 over the entire surface to be overlaid and the final screed rail adjustments shall be I I 1 made. If the resultant overlay thickness is not compatible with the finish grade profile 2 generated by the Contractor's screed rail setup,. the Contractor shall make profile 1113 adjustments as approved by the Engineer. After the finish overlay profile has been 4 verified, changes in the finishing machine elevation controls will not be allowed. The 5 Contractor shall be responsible for setting screed control to obtain the specified finish 6 grade overlay profile as well as the finished surface smoothness requirements specified 7 in Section 6-02.3(10). 8 9 Screed rails upon which the finishing machine travels shall be placed outside of the area 1 10 to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 11 Engineer. Interlocking rail sections or other approved methods of providing rail 12 continuity are required. 13 14 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 15 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed I 16 area will be allowed provided the holes are subsequently filled with a sand/cement grout 17 (sand and portland cement in equal proportions by volume). Hold-down devices shall 18 not penetrate the existing deck by more than 3/4-inch. 19 20 Screed rails may be removed at any time after the concrete has taken an initial set. 21 Adequate precautions shall be taken during the removal of the finishing machine and 22 rails to protect the edges of the new surfaces. , 23 24 6-09.3(11) Placing Concrete Overlay 25 The first paragraph is revised to read: 1 26 27 Five to 10-working days prior to modified concrete overlay placement, a pre-overlay 28 conference shall be held to discuss equipment, construction procedures, personnel, and I 29 previous results. Inspection procedures shall also be reviewed to ensure coordination. 30 Those attending shall include: 31 I 32 1. (representing the Contractor) The superintendent and all foremen in charge of 33 placing and finishing the modified concrete overlay; and 34 I 35 2. (representing the Contracting Agency) The Project Engineer, and key 36 inspection assistants. 37 I 38 If the project includes more than one bridge deck, an additional conference shall be held 39 just before placing modified concrete overlay for each subsequent bridge deck. 40 41 The Contractor shall not place modified concrete overlay until the Engineer agrees that: I 42 43 1. Modified concrete overlay producing and placement rates will be high enough 44 to meet placing and finishing deadlines, 45 46 2. Finishers with enough experience have been employed, and 47 48 3. Adequate finishing tools and equipment are at the site. 49 50 6-09.3(12) Finishing Concrete Overlay 51 The fourth paragraph is revised to read: 52 1 1 1 Construction dams shall be separated from the newly placed concrete by passing a 2 pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure 3 that this trowel cut is made for the entire depth and length of dams after the concrete 4 has stiffened sufficiently that it does not flow back. 1 S 6 6-09.5 Payment 7 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 8 I9 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 0 furnishing the modified concrete overlay, including the overlay material placed into Type 11 1 deck repairs in accordance with Section 6-09.3(6)C. I 12 13 This section is supplemented with the following: 14 15 "Structure Surveying", lump sum. 16 The lump sum contract price for "Structure Surveying" shall be full pay to perform the 17 work as specified, including establishing secondary survey control points, performing 18 survey quality control, and recording, compiling, and submitting the survey records to 19 the Engineer. 20 21 SECTION 6-11, REINFORCED CONCRETE WALLS 22 August 4, 2008 23 6-11.3(3) Precast Concrete Wall Stem Panels ' 24 . The first sentence in the first paragraph is revised to read: 25 26 The Contractor may fabricate precast concrete wall stem panels for construction of 1 27 28 Standard Plan Retaining Walls. 29 The first sentence in the second paragraph is revised to read: ' 30 31 The precast concrete wall stem panels shall be designed in accordance with the 32 following codes: 33 34 The first sentence in number 1. in the second paragraph is revised to read: 35 1 36 1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design 37 Specifications, latest edition and current interims. 38 1 39 6-11.3(5) Backfill,Weepholes and Gutters 40 The first sentence in the first paragraph is revised to read: 41 42 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 43 accordance with the Standard Plans and Section 6-02.3(22). 44. ' 45 SECTION 6-15, SOIL NAIL WALLS 46 January 7, 2008 47 6-15.3(8.)A Verification Testing 48 The last sentence in the sixth paragraph is revised to read: 49 I 1 The load-hold period shall start as soon as the load is applied and the nail movement 2 with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 3 6, 10, 20, 30, 40, 50, and 60 minutes. 4 5 6-15.3(8)B Proof Testing 6 The fifth sentence in the third paragraph is revised to read: 7 8 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and • 9 60 minutes. 10 11 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 12 April 6, 2009 1 13 6-16.3(2) Submittals 14 The first paragraph is revised to read: 15 16 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all 17 structural steel, including the steel soldier piles, and shall submit shop plans and ' 18 working drawings as specified in Section 6-17.3(3) for permanent ground anchors, to 19 the Engineer for approval. 20 '21 6-16.3(4) Installing Soldier Piles • 22 The second sentence in the second paragraph is revised to read: 23 24 Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover 25 over the soldier pile flange plate reinforcing at permanent ground anchor locations shall 26 be 1-1/2 inches minimum. 27 28 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 29 This section including title is revised to read: 30 ' 31 6-16.3(6) Designing and Installing Lagging, and Installing Permanent 32 Ground Anchors 33 Lagging for soldier pile walls shall conform to one of the following two categories: 34 35 Temporary lagging is defined as lagging that is in service as a structural member 36 for a maximum of 36 months before a permanent load carrying fascia is in place, I 37 except for the following exception. Lagging for soldier pile walls in site soils 38 conforming to an excluded soil type as defined under Section 6-16.3(6)A will be 39 classified as permanent lagging conforming to Section 6-16.3(6)C, in which case I 40 this requirement will be specified in the Plans along with design details for such 41 lagging. 42 I 43 Permanent lagging is defined as all, lagging not conforming to the definition of 44 temporary lagging as specified above. 45 46 This section is supplemented with the following new sub-sections: 47 48 6-16.3(6)A Soil Classification 49 For the purposes of designing lagging for soldier pile walls, soils shall be categorized in I 50 the following classifications: 1 1 I 1 I 2 3 Soil Type 1 The following shall be considered Type 1 soils: 4 I 5 6 1. Cohesive fine grained soils either CL or CH of medium consistency with yH/S„< 5. 7 8 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and I 9 10 non-fissured. 11 3. Fine grained soils either ML or SM-ML that are above the water table. I 12 13 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are 14 medium dense to dense. I 15 16 Soil Type 2 17 The following shall be considered Type 2 soils: I 18 19 1. Cohesive fine grained soils either CL or CH that are heavily over 20 consolidated and fissured. 21 22 2. Fine grained ML soils or coarse grained SM-ML soils that are below the 23 water table. 24 I 25 3. Coarse grained SC soil that is medium dense to dense and is below the 26 water table. 27 28 4. Coarse grained soils either SW, SP or SM that are loose. 29 30 Soil Type 3 I31 The following shall be considered Type 3 soils: 32 33 1. Cohesive fine grained soils either CL or CH that are soft with yH/S„ >5. I 34 35 2. Fine grained slightly plastic ML soil that is below the water table. 36 37 3. Coarse grained SC soil that is loose and below the water table. 38 39 Exclusions 40 Regardless of whether site soils conform to one of the soil types defined above, site I 41 soils under the following conditions are excluded from the Type 1, Type 2, and Type 42 3 soil classifications: 43 I 44 1. Disturbed soils such as those in landslides or known unstable areas. 45 46 2. Layered soils dipping into the excavation steeper than 4H:1 V. I 47 48 Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, 49 and Type 3 soil classifications shall be designed in accordance with the latest . I 50 51 AASHTO LRFD Bridge Design Specifications with current interim specifications. Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not 52 be allowed. I I 11 1 2 6-16.3(6)B Temporary Lagging 3 The Contractor shall design temporary lagging for all soldier pile walls. The temporary 4 lagging design shall be based on the following: 5 6 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current 7 interim specifications, except that timber members used for temporary lagging 8 may be selected based on the table below. 9 10 2. The soil type as specified in the Plans or as determined from the geotechnical 11 report prepared for the project. 12 13 3. The soil pressure diagram, either as shown in the Plansoras included in the 14 geotechnical report prepared for the project, including the surcharge for 15 temporary construction load when shown in the Plans. 16 17 The Contractor shall submit the,soldier pile wall lagging design working drawings and 18 supporting design calculations to the Engineer for approval in accordance with Section i 19 6-01.9. The submittal shall include, but not be limited to, the following: 20 21 1. Description of the material used for the lagging, including identification of 1 22 applicable material specifications. 23 24 2. Installation method and sequence. 25 26 3. If the lagging material is to be removed during or after installation of the 27 permanent fascia, a description of how the lagging is removed without 28 disturbing or damaging the fascia, soldier piles, and retained soil, and a f 29 description of how, and with what material, the void left by the removal of 30 lagging is to be filled. 31 32 4. For all cases, except with timber for temporary lagging, a description with 33 appropriate details of how subsurface drainage is to be accommodated, either Section in accordance with Section 6-16.3(7) for timber lagging, 6-15.3 7( ) for 35 shotcrete facing, or other means appropriate for the. geotechnical site ' 36 conditions and approved by the Engineer for other lagging materials. Lagging 37 . materials and lagging installation methods that cause the build-up of, and 38 prevent the relief of, pore water pressure will not be allowed. Free draining 39 materials are defined as those materials that exhibit a greater permeability 40 than the material being retained. . 41 1 " 42 Temporary lagging may be untreated timber conforming to the Section 9-09.2 43 requirements specified under Structures for timber lagging, or another material selected 44 by the Contractor. 451 46 Timber for temporary lagging shall conform to the minimum actual thickness specified in 47 the table below for the soil type, exposed wall height, and lagging clear span as shown I 48 ' in the Plans. 49 Minimum Actual Thickness of Timber Used As Temporary Lagging I 1 Soil Type(1) 1 1 " 2 2 3 3 3 Exposed 25 and Over 25 and Over 15 Over Over I 1 Wall Height under 25 to under 25 to and 15 to 25 I (feet) 60 60 under 25 Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging Of Lagging (inches)(3) (feet) ' 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 111 8 3 4 4 4 5 6 (z) 9 4 4 4 5 (2) (2) (2) 10 4 5 5 5 (2) (2) (2) II 2 (1)Soil Type as defined in Section 6-16.3(6)A 3 4 (2) For exposed wall heights exceeding the limits in the table above, or where 1 5 minimum rough cut lagging thickness is not provided, the Contractor shall 6 design the lagging in accordance with the latest AASHTO LRFD Bridge Design 7 Specifications with current interim specifications. I 8 9 (3) Table modified from FHWA document "Lateral Support Systems and 10 Underpinning"(Report No. FHWA-RD-75-130) III 12 Notwithstanding the requirements of Section 1-06.1, steel materials used by the 13 Contractor as temporary lagging may be used (second hand) provided that the use of I 14 such used (second hand) steel materials shall be subject to visual inspection and 15 approval by the Engineer. For used (second hand) steel materials where the grade of 16 steel cannot be positively identified, the design stresses for the steel shall conform to 17 the Section 6-02.3(17)B requirements for salvaged steel, regardless of whether rivets 1 18 are present or not. 19 20 6-16.3(6)C Permanent Lagging 1 21 Permanent lagging, including timber, shall be as shown in the Plans. The use of the 22 table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will 23 not be allowed. I 24 25 6-16.3(6)D Installing Lagging and Permanent Ground Anchors 26 The excavation and removal of CDF and pumpable lean concrete for the lagging I 27 installation shall proceed in advance of the lagging, and shall not begin until the CDF 28 and pumpable lean concrete are of sufficient strength that the material remains in place 29 during excavation and lagging installation. If the CDF or pumpable lean concrete I 30 31 separates from the soldier pile, or caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and lagging installation operations until the CDF 32 and pumpable lean concrete is completely set. The bottom of the excavation in front of I 33 the wall shall be level. Excavation shall conform to Section 2-03. 34 35 For walls without permanent ground anchors, the bottom of excavation shall not be ' 36 more than three feet below the bottom level of the lagging already installed, but in no 37 case shall the depth of excavation beneath the bottom level of installed lagging be such 38 to cause instability of the excavated face. For walls with permanent ground anchors, 39 the bottom of excavation shall be not more than three feet below the permanent ground I 40 anchor level until all permanent ground anchors at that level are installed and stressed, 41 but in no case shall the depth of excavation beneath the permanent ground anchor level I . I 1 1 be such to cause instability of the excavated face. Any caving that occurs during 2 excavation shall be backfilled with free draining material as approved by the Engineer. I 3 4 Installing, stressing, and testing the permanent ground anchors shall be in accordance 5 with Section 6-17 and the construction sequence specified in the Plans. 6 7 The lagging shall be installed from the top of the soldier pile proceeding downward. The 8 lagging shall make direct contact with the soil. When and where lagging is not in full 9 contact with the soil being retained, either the lagging shall be wedged back to create ' 10 contact or the void shall .be filled with a free draining material as approved by the 11 Engineer. 12 I 13 When utilizing lagging in fill situations, the backfill layers shall be placed in accordance 14 with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of 15 maximum density. 11116 17 6-16.3(7) Prefabricated Drainage Mat 18 The first paragraph is revised to read: 19 20 For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage 21 mat shall be installed full height of the concrete fascia panel, centered between soldier 22 pile flanges, unless otherwise shown in the Plans. 23 24 6-16.4 Measurement 25 The third paragraph is revised to read: 26 27 Lagging will be measured by the square foot area of lagging installed. The quantity will 28 be computed based on the vertical dimension from the highest lagging elevation to the I 29. lowest lagging elevation between each pair of adjacent soldier piles as the height 30 dimension, and the center-to-center spacing of the soldier piles as the length dimension. 31 32 6-16.5 Payment 33 The third bid item and the following paragraph is revised to read: 34 35 "Lagging", per square foot. 36 37 All costs in connection with furnishing and installing lagging shall be included in the unit 38 contract price per square foot for"Lagging", including design of temporary lagging, and 39 filling voids behind the lagging with a free draining material as approved by the 40 Engineer. 41 42 SECTION 6-17, PERMANENT GROUND ANCHORS 43 January 7, 2008 44 8 6-17.3 B Performance Testing 9 45 The fourth sentence in the fourth paragraph is revised to read: 46 47 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 48 40, 50, and 60 minutes. 49111 50 6-17.3(8)C Proof Testing 51 The fourth sentence in the second paragraph is revised to read: 1 1 1 2 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 3 40, 50, and 60 minutes. 4 ' 5 SECTION 7-02, CULVERTS 6 December 1, 2008 7 7-02.2 Materials 8 The third paragraph is revised to read: 9 10 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert ' 11 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 12 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 13 Schedule A or B culvert pipe. 1 14 15 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 16 column for Thermoplastic PE or PVC for"PVC"are revised to"PE or PVC". I 17 18 SECTION 7-04, STORM SEWERS 19 December 1, 2008 1 20 7-04.2 Materials 21 In the a chart for Storm Sewer Pipe Schedules, for Schedule B, 15' — 25', in the column for ' 22 PE, insert"Allowed". 23 24 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 1 25 April 6, 2009 26 8-01.3(1) General 27 The first sentence in the eighth paragraph is revised to read: ' 28 29 Erodible earth not being worked, whether at final grade or.not, shall be covered within 30 the following time period, using an approved soil covering practice: 31 32 The ninth paragraph is revised to read: 33 34 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 35 continue to control erosion, pollution, and runoff during the shutdown. 36 1 37 8-01.3(1)C Water Management 38 Item 2. "Process Water" is supplemented with the following new first paragraph: 39 40 High pH process water or wastewater (non-stormwater) that is generated on-site, 41 including water generated during concrete grinding, rubblizing, washout, and 42 hydrodemolition activities, shall not be discharged to waters of the state. Water may be ' 43 44 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5-01.3(11). 45 46 8-01.3(2)D Mulching 47 The second paragraph is supplemented with the following: 48 1 1 1 1 Wood strand mulch shall be applied by hand or by straw blower. 2 3 8-01.3(2)E Tacking Agent and Soil Binders 4 The second sentence in the fourth paragraph is revised to read: 5 6 Pam may be reapplied on actively worked areas within a 48-hour period. 7 8 8-01.3(6)D Wattle Check Dam 9 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 10 11 8-01.3(12) Compost Sock 12 The last paragraph is deleted. 13 14 8-01.3(13) Temporary Curb 15 The first paragraph is revised to read: 16 17 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 18 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. I 19 20 SECTION 8-02, ROADSIDE RESTORATION 21 April 7, 2008 I 22 8-02.3(3) Planting Area Weed Control 23 The second paragraph is deleted. 24 25 This section is supplemented with the following: 26 27 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square I 28 and shall be secured by a minimum of 5 staples per mat. Mats:and staples shall be 29 installed according to the manufacturer's recommendations. 11130 31 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 32 January 7, 2008 33 8-04.5 Payment 34 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck 35 Apron Outer Cern. Conc. Curb and Gutter"are revised to read: ' 36 37 "Roundabout Central Island Cement Concrete Curb", per linear foot. 38 "Roundabout Truck Apron Cern. Conc. Curb and Gutter", per linear foot. I 39 40 This section is supplemented with the following new bid item: 41 42 `Roundabout Truck Apron Cement Concrete Curb", per linear foot. 43 44 SECTION 8-11, GUARDRAIL 45 December 1, 2008 46 8-11.3(4) Removing Guardrail and Guardrail Anchor 47 The following is inserted after the third sentence in the first paragraph: 48 1 The embedded anchors attaching guardrail posts and guardrail terminal sections 2 specified for removal to existing concrete Structures.shall be removed a minimum of 3 one inch beneath the existing concrete surface. The void left by removal of the 4 embedded anchors shall be coated with epoxy bonding agent and filled with grout. The 5 epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and 6 class as recommended by the epoxy bonding agent manufacturer and as approved by 7 the Engineer. The grout shall consist of cement and fine aggregate mixed in the 8 proportions to match the color of the existing concrete surface as near as practicable. II 9 10 ' SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 11 uy 2 12 Jan8-12.3(ar1)A7,Post008s 13 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 111 14 3 and Type 4 fences". 15 16 The first sentence in the eighth paragraph is revised to read: 17 18 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 19 manner shown in the Standard Plans. 20 21 The tenth paragraph is revised to read: 22 23 Ail posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 24 designed to fit securely over the post to support the top rail. All round posts for chain 25 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 26 The base of the top cap fitting for round posts shall feature an apron around the outside j 1 27 of the posts. 28 29 8-12.3(1)C Tension Wire 30 This section including title is revised to read: 31 32 8-12.3(1)C Tension Wire and Tension Cable 33 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 34 approved by the Engineer. 35 ' 36 37 Tension Cables shall be installed in accordance with Section 8-25.3(5). 38 8-12.3(1)D Chain Link Fabric 39 The following new paragraph is inserted in front of the first paragraph: 40 41 Attach the chain link fabric after the cables and wires have been properly tensioned 42 43 and/or the top rail has been installed. V 44 The third and fourth sentences in the third paragraph are revised to read: 45 46 Fastening to posts shall be with tie wire, metal bands, or other approved method 47 attached at 14-inch intervals. 'The top and bottom edge of the fabric shall be fastened 48 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 49 tension wires as may be applicable, spaced at 24-inch intervals. 50 ' 1 i 1 SECTION 8-15, RIPRAP 2 April 7 2008 3 8-15.3(1) Excavation for Riprap 4 The second sentence of the first paragraph is revised to read: 5 111 6 Excavation below the level of the intersection of the slope to be protected and the 7 adjacent original ground or the channel floor or slope shall be classified, measured, and 8 paid for as channel excavation or ditch excavation in accordance with Section 2-03. 9 10 8-15.4 Measurement 11 The following new paragraph is inserted to follow the fifth paragraph. 12 13 Channel excavation will be measured by the cubic yard as specified in Section 2-03. 15 The sixth paragraph is revised to read: 16 17 Ditch excavation will be measured by the cubic yard as specified in Section 2-03. 18 19 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 20 21 8-15.5 Payment 22 The bid item "Filter Blanket" is supplemented with the following: 23 24 The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform 111 255 the work in Section 8-15.3(7). 27 This section is supplemented with the following: 28 29 "Channel Excavation", per cubic yard. 30 "Channel Excavation Incl. Haul", per cubic yard. , 31 "Ditch Excavation Incl. Haul", per cubic yard. 32 Payment for"Channel Excavation", "Channel Excavation Incl: Haul", "Ditch Excavation" 33 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. 34 35 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 36 ELECTRICAL 111 37 April 6, 2009 38 8-20.1 Description 39 The first paragraph is revised to read: 40 41 This Work consists of furnishing, installing and field testing all materials and equipment 42 necessary to complete in place, fully functional system(s) of any or all of the following , 43 types including modifications to an existing system.all in accordance with approved 44 methods, the Plans, the Special Provisions and these Specifications: 45 46 1. Traffic Signal System 47 2. Illumination System 48 3. Intelligent Transportation System 49 1 I 1 8-20.3(1) General I 2 The following new paragraph is inserted after the fifth paragraph: 3 4 The embedded anchors attaching existing electrical, illumination, and traffic signal 1 5 systems specified for removal to existing concrete Structures shall be removed a 6 minimum of one inch beneath the existing concrete surface. The void left by removal of 7 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 8 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade I 9 and class as recommended by the epoxy bonding agent manufacturer and as approved 10 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the , 11 proportions to match the color of the existing concrete surface as near as practicable. 1 12 13 8-20.3(4) Foundations 14 The fifth paragraph is revised to read: 15 16 Where soil conditions are poor, the Engineer may order the Contractor to extend the 17 foundations shown in the Plans to provide additional depth. Such additional Work will I 18 be paid for according to Section 1-04.4. 19 20 8-20.3(5) Conduit ii 21 This section is revised to read: 22 23 Installation of conduit shall conform to appropriate articles of the Code and these I 24 Specifications. 25 26 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch 27 electrical trade size shall not be used unless otherwise specified, except that grounding I28 conductors at service points may be enclosed in %-inch diameter conduit. 29 30 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 1 31 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 32 locations. At other locations it shall be the option of the Contractor, at no expense to the 33 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 34 is used, it shall be for the entire length of the run from outlet to outlet. Reducing 35 couplings will not be permitted. 36 I 37 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 38 rough edges. Field cuts shall be made square and true. Slip joints.or running threads 39 will not be permitted for coupling metallic conduit; however, running threads will be I 40 permitted in traffic signal head spiders and RGS outerduct. When installing rigid 41 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece 42 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 43 first and then painted with one coat of galvanizing repair paint Formula A-9-73. The I44 paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover 45 the entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean 46 and painted with colloidal copper suspended in a petroleum vehicle before couplings are 1 47 made. All metallic couplings shall be tightened so that a good electrical connection will 48 be made throughout the entire length of the conduit run. If the conduit has been moved 49 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- ' 50 metallic conduit shall be assembled using the solvent cement specified in Section 9- 51 29.1. Where the coating on galvanized conduit has been damaged in handling or 52 installing, such damaged areas shall be thoroughly painted with galvanizing repair.paint, I I 1 1 Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic 2 conduit ends shall be threaded and capped with standard threaded conduit caps until 1 3 wiring is started. When conduit caps are removed, the threaded ends shall be provided 4 with approved conduit bushings or_end bells (do not glue in place) for nonmetallic 5 conduit. 6 7 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 8box in that system. 9 1 10 Metallic conduit bends, shall have a radius consistent with the requirements of Article 11 344.24 and other articles of the Code. Where factory bends are not used, conduit shall 12 be bent, using an approved conduit bending tool employing correctly sized dies, without I 13 crimping or flattening, using the longest radius practicable. 14 15 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 16 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 17 or less. Standard sweepelbows shall be used for PVC conduit with greater.than 2-inch 18 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 19 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 20 less than '/ inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 21 larger, pull ropes or flat tapes for wire installation shall be not less than '/ inch diameter 22 or width. 23 24 Conduit shall be laid so that the top of the conduit is a minimum depth of: 25 1 26 1. 24-inches below the bottom of curb in the sidewalk area. 27 28 2. 24-inches below the top of the roadway base. 29 30 3. 48-inches below the bottom of ties underr railroad tracks unless otherwise 31 specified by the railroad company. 32 33 4. 24-inches below the finish grade in all other areas. 34 35 Rigid galvanized steel conduit shall be installed at the following locations: 111 36 37. 1. Within railroad right of way; 38 39 2. All pole risers, except when as otherwise required by owning utilities; 40 41 3. All surface mounted conduit, with the exception of electrical service utility I 42o p les. 43 44 4. All runs within slip form structures. 45 46 Couplings in cabinet foundations shall be PVC schedule 40. The stub-outs above the 47 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 48 the coupling and end bell bushing shall be installed without glue. 49 50 Conduit runs, without innerduct, installed using the directional boring method, which 51 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 52 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 1 I 1 I 2 Conduit runs, without innerduct, installed using the directional boring method, which do 3 not enter the traveled way and shoulders, shall be schedule 40 high density 4 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 1 5 steel. 6 7 Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using 8 the directional boring method shall have 4-inch PVC Schedule 40 outerduct with I9 mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be 10 installed with four 1-inch smooth wall innerducts. 11 I 12 When HDPE conduit is used for. directional boring, it shall be continuous, with no joints, 13 for the full length of the bore. The conduit run shall be extended to the associated 14 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction I15 16 box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. 17 18 PVC conduit and elbows shall be connected to HDPE conduit with an approved 19 mechanical coupling. The connection shall have a minimum pull out strength of 700 20 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be I21 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 22 the threaded end of the mechanical coupling .before installation. Solvent cement or 23 epoxy shall not be used on the threaded joint when connecting the,HDPE conduit to the 24 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit I 25 seats approximately 3/of the distance into the threaded coupling depth. 26 27 For PVC installation through a directional bore, the PVC shall be in rigid sections I 28 assembled to form a water tight bell and spigot type mechanical joint with a solid 29 retaining ring around the entire circumference of the conduit installed per the 30 manufacturer's recommendations. The conduit run shall be extended beyond the length 31 of the bore, to the associated outlets with the same mechanical coupled PVC or with 32 standard PVC conduit of the same schedule. The same requirements apply for 33 extension of an existing PVC conduit Roadway crossing. I 34 35 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 36 37 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type I38 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 39 PVC conduit shall be connected with medium grade gray solvent applied per the 40 manufacturer's recommendations. 1 41 . 42 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 43 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 44 cause possible damage. I 45 46 When PVC conduit is installed by a method. other than directional boring, conduit shall I 47 be schedule 40 with the exception that PVC conduit within the traveled way or 48 shoulders and service lateral runs shall be schedule 80. 49 111 50 Metallic and nonmetallic conduit installation shall include equipment grounding 51 conductor and shall conform to requirements noted in the Standard Plans. 1 1 1 Conduit shall be placed under existing pavement by approved directional boring,jacking 2 or drilling methods, at locations approved by the Engineer. The pavement shall not be I 3 .disturbed unless allowed in the Plans, or with the approval of the Engineer in the event 4 obstructions or impenetrable soils are encountered. 5 6 Where boring with casing is called for the casing shall be placed using an auger inside 7 of the casing to remove the soil as the casing is jacked forward. The auger head shall 8 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 9 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 10 from grease, dirt, rust, moisture and any other deleterious contaminants. 11 12 The space between the conduit and casing shall be plugged with sand bags and a grout I 13 seal 12-inches thick at each end of the casing. Casing abandoned due to an 14 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a 15 minimum of 4000-PSI compressive strength at 7-days. 16 17 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 18 the casing. 19 Material shall not be removed from the boring pit by washing or sluicing. 20 21 All joints shall be welded by a Washington State certified welder. Welding shall conform 22 to AWS D 1.1-80 Structural Welding Code, Section 3,Workmanship. 23 24 Directional boring for electrical installations shall be supervised by a licensed electrical 25 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, 1 26 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 27 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used 28 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 29 between the conduit and tunnel. A guidance system that measures the depth, lateral 30 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 31 the pilot hole is established a reamer and swivel shall be used to install the conduit. 32 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being 33 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner 34 so the conduit is not damaged during installation.The pullback force on the conduit shall 35 be controlled to prevent damage to the conduit.A vacuum spoils extraction system shall 36 be used to remove any excess spoils generated during the installation. Excess drilling 37 fluid and spoils shall be disposed of. The method and location used for disposal of 38 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid 39 returns (caused by fracturing of formations) at locations other than the entry and exit 40 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 41 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing 1 42 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 43 as necessary during drilling operations. 44 I 45 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 46 Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any 47 type of pavement wherever possible. Excessive use of water thatmight undermine the I 48 pavement or soften the Subgrade will not be permitted. 49 50 When approved by the Engineer, small test holes may be cut in the pavement to locate ' 51 obstructions. When the Contractor encounters obstructions or is unable to install 1 t 1 conduit because of soil conditions, as determined by the Engineer, additional Work to I 2 place the conduit will be paid in accordance with Section 1-04.4. 3 4 When open trenching is allowed, trench construction shall conform to the following: 5 I6 1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be 7 parallel to each other and extend 2-feet beyond the edge of the trench. 8 9 2. Pavement shall be removed in an approved manner. 10 11 3. Trench depth shall provide 2-feet minimum cover over conduits. 1 12 13 4. Trench width shall be 4-inches or the conduit diameter plus 2-inches, 14 whichever is larger. I 15 16 5. Trenches located within paved Roadway areas shall be backfilled with 17 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. I 18 The controlled density fill shall be placed level to, and at the bottom of the 19 existing pavement. The pavement shall be replaced with paving material that 20 matches the existing pavement. 21 I22 On new construction, conduit shall be placed prior to placement of base course 23 pavement. 24 1 25 Conduit terminating in foundations shall extend a maximum of 2-inches above the 26 foundation vertically including grounded end bushing or end bell. Conduit stub-outs 27 within cabinet foundations shall be placed so that they do not interfere with cabinet I 28 29 installation. Modification of the cabinet to accommodate the stub-out placement is not allowed. 30 31 Conduit entering through the bottom of a junction box shall be located near the end 32 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 33 the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3- I 34 inches of the box wall nearest its entry location. 35 36 Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the 37 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable I38 vaults and pull boxes shall terminate flush with the inside walls of. the Structure. All 39 _ conduit ends shall be terminated with termination kits. 40 41 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a 42 minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap 43 tape shall be installed per the manufacturer's recommendations. I 44 45 Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel 46 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall I 47 48 be terminated with end bell bushings. 49 Fittings shall be installed in accordance with the current electrical codes. I 50 All covered underground conduit shall be cleaned with an approved sized mandrel and 51 blown out with compressed air prior to pulling wire. 52 1 I 1 jl 1 Conduits installed for future use shall be prepared according to this Section. After final 2 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 1 3 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit 111 4 shall be pulled through to ensure that the conduit has not been deformed. As soon as 5 the mandrel has been pulled through, both ends of the conduit shall be sealed with 6 conduit caps. All conduits scheduled for future use shall originate in a foundation or 7 junction box as detailed in the Plans and terminate in a junction box. All equipment 8 grounding conductors, and the bonding conductor for metallic conduits shall be bonded 9 in all junction boxes in accordance with Section 8-20.3(9). 10 11 Where surface mounting of conduit is required, supports shall consist of channel with 12 clamps sized for the conduit. Support spacing shall comply with the Code, with the 1 13 exception that spacing of channel supports for conduit shall not exceed 5-feet. 14 15 The minimum distance between adjacent clamps and between the clamp and the end of 16 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to 17 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to 18 receive new conductors shall have any existing conductors removed and a cleaning 19 mandrel sized for the conduit shall be pulled through. 20 21 All conduits attached to or routed within bridges, retaining walls, and other concrete 22 structures, shall be equipped with approved expansion, deflection., and or combination 1 23 expansion/deflection fittings at all expansion joints and at all other joints where structure 24 movement is anticipated, including locations where the Contractor, due to construction 25 method, installs expansion and/or-construction joints with movement. All conduit fittings I 26 shall have movement capacity appropriate for the anticipated movement of the structure 27 at the joint. Approved deflection fittings shall also be installed at the joint between the 28 bridge end and the retaining wall end, and the transition from bridge, wall or other 29 concrete structure to the underground section of conduit pipe. 30 31 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 32 with approval of the Engineer, to avoid obstructions. 33 34 Where conduit with innerduct is installed a maximum of 1000 feet of continuous open 35r t ench will be allowed, unless otherwise approved by the Engineer. All conduit with 36 innerduct exposed above grade level, or on any elevated Structures, or as noted in the 37 Plans shall be galvanized rigid steel conduit. 38 39 Detectable underground warning tape shall be placed 12-inches above all conduit that 40 contains fiber optic cable and all conduits identified to contain future fiber optic cable 41 unless otherwise detailed in the Plans. Detectable underground warning tape shall 1 42 extend 2-feet into boxes. Splicing shall be per the tape manufacturer's recommended 43 materials and procedures. The warning tape shall be polyethylene with a metallic 44 backing. The polyethylene shall have a minimum 4-mils thicknesses and be 3-inches 1 45 wide. The polyethylene shall be orange in color and printed in black with the words 46 conveying message of Fiber Optic Cable Buried Below. 47 - 48 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous 49 lengths directly above all non metallic conduit that contains fiber optic cable and all 50 conduits identified to contain future fiber optic cable unless otherwise detailed in the 51 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at 1 1 t 1 the entrance and exit points of all boxes. Splices shall be crimped using a non-insulated I 2 butt splice, soldered and covered with moisture blocking heat shrink. 3 4 After final assembly in place, all innerducts shall be blown clean with compressed air. 5 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the I 6 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As 7 soon as the mandrel has been pulled through, a 200-lb. minimum tensile strength pull 8 string shalt be installed in each innerduct and attached to duct plugs at both ends of the I 9 innerduct. 10 11 At all innerduct conduit terminus points, including those in cable vaults and pull boxes, 12 removable and reusable mechanical plugs shall be employed as follows: 13 14 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside 15 the conduit around the innerduct. I 16 17 2. Duct plugs shall be installed in all unused innerducts (those that are specified i ' 18 19 as empty) at the time of conduit installation. 20 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at 21 the time of conduit installation, unless cable pulling for those innerducts will 22 commence within 48-hours. 23 24 Innerduct containing 1-cable shall be plugged . using an expandable split plug. I 25 Innerducts with multiple cables shall be sealed with self-expanding waterproof foam. 26 The waterproof foam shall not be placed more than 2-inches into the innerduct. 27 28 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 29 The third paragraph is revised to read: 30 I 31 32 Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction 33 box lid.becomes less than 6-inches or more than 10-inches in accordance with the I 34 Plans. 35 36 8-20.3(8) Wiring I 37 The following new paragraph is inserted after the third paragraph: 38 39 All termination for traffic signal control systems shall follow the conductor sequence 1 40 color code as shown in the following table. 41 Conductor Color Code Color Trace Use I Number 1 R Red Red or Don't Walk I2 0 Orange Yellow or Spare • 3 G Green Green or Walk 1 4 W ' White Neutral 5 B Black Ped Call or Spare' 6 Wb White/Black Neutral or Spare 1 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare i 10 Gb Green/Black Green or Walk 1 2 3 The first sentence in the fifth paragraph is deleted and replaced with the following: 4 5 Quick disconnect connectors shall be installed in the base of all poles supporting a 6 luminaire. Every conductor above ground potential shall be served by a fused quick 7 disconnect kit. Every conductor at ground potential shall be served by an unfused quick II 8 disconnect kit. 9 10 The sixth paragraph is revised to read: 11 12 Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be 13 installed between the quick disconnects and the luminaire and between the sign light 14 hand hole and the isolation switch. In addition the conductors from the isolation switch 15 and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 16 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick 17 disconnect to within 2-inches below the support bracket clamp. 18 19 8-20.3(9) Bonding, Grounding 20 The second sentence in the second paragraph is revised to read: 21 22 Bonding jumpers. and equipment grounding conductors meeting the requirements of 23 Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 1 24 25 8-20.3(13)D Sign Lighting. 26 This section is revised to read: 27 28 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and 29 other material required to make the sign lighting system operable. Sign illumination 30. fixtures shall be fused according to the table in Section 9-29.7. 31 32 8-20.3(13)E Sign Lighting Luminaires 33 The first paragraph is deleted. 111 34 35 8-20.4 Measurement 36 The first paragraph is revised to read: 37 38 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 39 transportation, or traffic signal system no specific unit of measurement will apply, but I 40 measurement will be for the sum total of all items for a complete system to be furnished 41 and installed. 1 I 1 I 2 8-20.5 Payment 3 The bid item "Traffic Data Accumulation and Ramp Metering System " is deleted and 4 replaced with the following: I . 5 6 "Intelligent Transportation System ", lump sum. 7 I 8 The first sentence of the paragraph following the. bid item "Traffic Signal System " lump 9 sum, is revised to read: 10 11 The lump sum Contract price for "Illumination System, ", "Traffic Signal System 1 12 ", "Intelligent Transportation System ", shall be full pay for the construction of 13 the complete electrical system, modifying existing systems, or both, including sign 14 lighting systems, as described above as shown in the Plans and herein specified 1 15 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 16 facilities destroyed or damaged during construction, salvaging existing materials, and 17 for making all required tests. 18 111 19 SECTION 8-21, PERMANENT SIGNING 20 December 1, 2008 1 21 8-21.3(4) Sign Removal 22 The following two new paragraphs are inserted after the first sentence in the first paragraph: , , 23 24 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted 25 sign brackets, and any other sign mounting structure shown in the Plans to be removed I 26 27 by the Contractor. 28 The embedded anchors attaching signs and sign Structures specified for removal to I29 existing concrete Structures shall be removed a minimum of one inch beneath the 30 existing concrete surface. The void left by removal of the embedded anchors shall be 31 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 32 be Type II conforming to Section 9-26.1 with the grade and class as recommended by I 33 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 34 shall consist of cement and fine aggregate mixed in the proportions to match the color 35 of the existingconcrete surface as near as practicable. 36 I 37 8-21.3(9)F Bases 38 This section including title is revised to read: I39 • 40 8-21.3(9)F Foundations 41 The excavation and backfill shall be in conformance with the requirements of Section 2- 42 09.3(1)E. Where obstructions prevent construction of planned foundations, the 43 Contractor shall construct an effective foundation satisfactory to the Engineer. 44 145 The bottom of concrete foundations shall rest on firm ground. If the portion of the 46 foundation beneath the existing ground line is formed or cased instead of being cast 47 against the existing soil forming the sides of the excavation, then all gaps between the I 48 existing soil and the completed foundation shall be backfilled and compacted in 49 accordance with Section 2-09.3(1)E. 50 I t 1 Foundations shall be cast in one operation where practicable. The exposed portions 2 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to 1 3 exposed surfaces of concrete in accordance with the requirements of Section 6- 4 02.3(14)B. 5 I 6 Where soil conditions are poor, the Engineer may order the Contractor to extend the 7 foundations shown in the Plans to provide additional depth. Such additional work will be 8 paid for according to Section 1-04.4. 9 10 Forms shall be true to line and grade. Tops of foundations for roadside sign structures 11 shall be finished to ground line, unless otherwise shown in the Plans or directed by the 12 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be t 13 finished to the elevation shown in the Plans. 14 '15 Both forms and ground which will be in contact with the concrete shall be thoroughly I 16 moistened before placing concrete; however, excess water in the foundation excavation 17 will not be permitted. Forms shall not be removed until the concrete has set at least 18 three days. All forms shall be removed, except when the Plans or Special Provisions I 19 specifically allow or require the forms or casing to remain. 20 21 Foundation concrete shall conform to the requirements for the specified class, be cast- 22 in-place concrete constructedSection6-02.2 - 2 pla e c n rete and be in accordance with and 6 0 .3. 23 24 Sign structures shall not be erected on concrete foundations until foundations have 25 attained a compressive strength of 2,400 psi. 26 27 In addition to the basic requirements, sign bridges and cantilever sign structures shall 28 be installed in accordance with the following: , 29 30 1. Tops of foundations for sign bridges and cantilever sign structures shall be 31 finished to the elevation shown in the Plans. 32 33 2. Steel reinforcing bars shall conform to Section 9-07. 34 I 35 . 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 36 present in the shaft excavations for Type 1 foundations for sign bridges and 37 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 38 accordance with Section 6-02.3(6)B. 39 40 4. All bolts and anchor bolts shall be installed so that two class full threads extend 41 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, 42 plus or minus 1 degree. 43 44 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished I 45 by adjusting leveling nuts. Shims or other similar devices for plumbing or 46 raking will not be permitted. 47 48 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be 111 49 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut 50 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug I 51 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 52 rotation past snug tight. 1 1 I 1 I 2 In addition to the basic requirements, roadside sign structures shall be installed in 3 accordance with the following: 4 I 5 1. Tops of foundations shall be finished to final ground line, unless otherwise 6 shown in the Plans or staked by the Engineer. 7 I 8 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 9 shall conform to the requirements of Section 9-07. 10 11 3. Concrete shall be Class 3000. 1 12 13 4. The assembly and installation of all Type TP —A or B bases for roadside sign 14 structures shall be supervised at all times by either a manufacturer's I 15 representative or an installer who has been trained and certified by the 16 manufacturer of the system. If the supervision is provided by a trained 17 installer, a copy of the installer certification shall be provided to the Engineer I 18 prior to installation. 19 20 5. For all Type—A or B bases the Contractor shall attach four female anchors to a 21 flat rigid template following the manufacturer's recommendations. The 22 Contractor shall lower the anchor assembly into fresh concrete foundation and I 23 vibrate into position such that the tops of the anchor washers are flush with the 24 finished top surface of the foundation. The Contractor shall support the I25 template such that all anchors are level and in their proper position. 26 1 ill 27 Slip base and hinge connection nuts of roadside sign structures shall be tightened using I 28 29 a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 30 31 8-21.3(10) Vacant 32 This section is revised to read: 33 34 8-21.3(10) Sign Attachment 35 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 36 attached or mounted to sign posts or sign structures as shown in the Standard Plans. I 37 38 Signs not conforming to the above, including all variable message sign (VMS) 39 assemblies and other message board type assemblies, shall be attached or mounted to ' 40 sign posts or sign structures by means of positive connections - defined as through- 41 bolted connections. The use of clips or clamps to accomplish the attachment or 42 mounting of such signs and assemblies is prohibited. I 43 44 8-21.3(12) Steel Sign Posts 45 This section is revised to read: I46 47 For roadside sign structures on Type — A or B bases, the Contractor shall use the 48 following procedures and manufacturer's recommendations: 49 I 50 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 51 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening 52 Method to a maximum rotation of 1/2 turn past snug tight. 1 II II 1 2 2. The Contractor shall shim as necessary to plumb the steel sign posts. ' 3 4 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 5 the following procedures: 6 7 1. The Contractor shall assemble the steel sign post to stub post with bolts and 8 flat washers as shown in the Standard Plans. 9 10 2. Each bolt be tightened using a torque wrench to the torque, and following the 11 procedures specified in the Standard Plans. 12 13 SECTION 8-22, PAVEMENT MARKING 14 April 6, 2009 15 8-22.3(2) Preparation of Roadway Surfaces 16 This section is revised to read: 17 18 All surfaces shall be dry, free of any loose debris and within the proper temperature 19 range prior to striping. When required by the pavement marking manufacturer's 20 installation instructions, remove pavement markings from pavement surfaces that will I 21 adversely affect the bond of new pavement marking material to the roadway surface 22 according to Section 8-22.3(6). 23 I 24 Remove all other contaminants from pavement surfaces that may adversely affect the 25 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air 26 blast the pavement with a high-pressure system to remove extraneous or loose 27 material. 28 29 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 30 recommendations. Typically, Type D material applied to new HMA pavement requires a I 31 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 32 performs a successful bond test and approves the reduction of the pavement cure 33 period. 34 35 For new Portland Cement Concrete surfaces remove curing compounds and laitance by 36 an approved mechanical means. Air blast the pavement with a high-pressure system to I 37 remove extraneous or loose material. Apply materials to concrete that has reached a 38 minimum compressive strength of 2,500 psi and that is sufficiently cured according to 39 the manufacturer's recommendations. Typically, Type D material applied to Portland 40 cement concrete pavement requires a pavement cure period of 28 days. This cure 41 period may be reduced if the manufacturer performs a successful bond test and 42 approves the reduction of the pavement cure period. 43111 44 After the pavement surface is clean and dry, apply primer as recommended by the 45 manufacturer to the area receiving the pavement markings. Apply the primer in a 46 continuous, solid film according to the recommendations of the primer manufacturer and I 47 the pavement markings manufacturer. 48 49 8-22.3(3) Marking Application I 50 The content of this section is deleted. This section is supplemented with the following new 51 sub-sections: 1 I 1 I . 2 3 8-22.3(3)A Marking Colors Lane line and right edge line shall be white in color. Center line and left edge line shall 4 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 5 Standard Plans. 1 6 7 8-22.3(3)B Line Patterns 8 Solid line—a continuous line without gaps. 9 10 Broken line—a line consisting of solid line segments separated by gaps. 11 I12 Dotted line — a broken line with noticeably shorter line segments separated by 13 noticeably shorter gaps. 14 15 8-22.3(3)C Line Surfaces 16 Flat Lines—Pavement marking lines with a flat surface. 17 18 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 19 thickness and a profiled thickness which is a portion of the pavement marking line that is 20 applied at a greater thickness than the base line thickness. Profiles shall be applied I 21 using the extruded method in the same application as the base line. The profiles may 22 be slightly rounded provided the minimum profile thickness is provided for the length of 23 the profile. See the Standard Plans for the construction details. 24 I 25 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 26 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 27 the construction details. 1 28 29 8-22.3(3)D Line Applications 30 Surface line — a line constructed by applying pavement marking material directly to the I 31 32 pavement surface or existing pavement marking. 33 Grooved line—A line constructed by grinding or saw cutting a groove into the pavement 34 surface and spraying, extruding or gluing pavement marking material into the groove. 35 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge 36 placed on the roadway surface to the ground surface. The groove depth is dependent I 37 upon the material used, the pavement surface and location. See these Standard 38 Specifications, the project Plans and Special Provisions. 39 40 8-22.3(3)E Installation I 41 Apply pavement marking materials to clean dry pavement surfaces and according to the 42 following: I 43 44 1. Place material according to the manufacture's recommendations; 45 2. Place parallel double lines in one pass; 46 3. The top of pavement marking shall be smooth and uniform; I 47 4. Line ends shall be square and clean; 48 5. Place pavement marking lines parallel and true to line; and, 49 6. Place markings in proper alignment with existing markings. 50 51 When applying paint, Type A or Type C material, ensure that both the pavement surface 52 and the air temperature at the time of application are not less than 50°F and rising. 1 I 1 When applying Type B or Type D material, ensure that both the pavement surface and 2 the air temperature at the time of application are not less than 40°F and rising. I 3 4 Ensure that the Type A thermoplastic material meets the manufacturers temperature 5 specifications when it contacts the pavement surface. 6 7 Two applications of paint will be required to complete all paint markings. The second 8 application of paint shall be squarely on top of the.first pass. The time period between I 9 paint applications will vary depending on the type of pavement and paint (low VOC 10 waterborne, high VOC solvent, or low VOC solvent)as follows: 11 Pavement Type Paint Type Time Period I Bituminous Surface Low VOC Waterborne 4-hours min., Treatment 48-hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4-hours min., 30-days max. Cement Concrete Low VOC Waterborne 4-hours min., Pavement 30-days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. I Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30-days max. Cement Concrete High and Low VOC Solvent 40 min. min., 1111 Pavement 30-days max. 12 13 14 Centerlines on 2-lane Highways with broken line patterns, paint or plastic, shall be 15 applied in the increasing mile post direction so they are in cycle with existing broken line 16 patterns at the beginning of the project. Broken line patterns applied to multi-lane or I 17 divided Roadways shall be applied in cycle in the direction of travel. 18 19 Where paint is applied on centerline on two-way roads with bituminous surface I 20 treatment or centerline rumble strips, the second paint application shall be applied in the 21 opposite (decreasing mile post) direction as the first application (increasing mile post) 22 direction. This will require minor broken line pattern corrections for curves on the I 23 second application. 24 25 8-22.3(3)F Application Thickness 26 Pavement markings shall be applied at the following base line thickness measured above 27 the pavement surface or above the groove bottom for grooved markings in thousandths of 28 an inch (mils): 1 29 Marking Material Application HMA PCC BST Groove Depth Paint-first coat spray 10 10 10 1 Paint-second coat spray 15 15 15 Type A-flat/transverse &symbols extruded 125 125 125 I Type A-flat/long line & symbols spray 90 90 120 I I Type A-with profiles extruded 90 90 120 IType A- embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 I Type A--grooved/flat/long line extruded 230 230 230 250 Type B-flat/transverse &symbols heat 125 125 125 fused I Type C-2 -flat/transverse &symbols adhesive 90 90 NA Type C-1 &2-flat/long line adhesive 60 60 NA Type C-1 -grooved/flat/long line adhesive 60 60 NA 100 IType D-flat/transverse& symbols spray 120 120 120 Type D-flat/transverse & symbols extruded 120 120 120 I Type D-flat/long line spray 90 90 120 Type D-flat/long line extruded 90 90 120 Type D-profiled/long line extruded 90 90 120 IType D—grooved/flat/long line extruded 230 230 230 250 1 2 I3 Liquid pavement marking material yield per gallon depending on thickness shall not 4 exceed the following: ' 5 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 ' 15 322 108 18 268 89 20 242 80 I 22 220 73 I 24 202 67 30 161 54 40 122 41 1 45 107 36 60 81 27 I 90 54 18 90 with profiles 30 10 120 40 13 I ' 120 with profiles 26 9 230 21 7 I7 8 Solid pavement marking material (Type A) yield per 50-pound bag shall not exceed the 9 following: 10 Mils thickness Feet of 4" line/50#bag Square feet/50#bag 1 I 30 -flat 358 120 45 -flat 240 80 I 60 -flat 179 60 90 -flat 120 40 I 90 -flat with profiles 67 23 120 -flat 90 30 120 -flat with profiles 58 20 I 125 - embossed 86 29 125 - embossed with 58 20 profiles 230-flat grooved 47 15 I 1 2 3 All grooved lines shall be applied into a groove cut or ground into the pavement. For 4 Type A or Type D material the groove shall be cut or ground with equipment to produce 5 a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut I 6 with equipment to produce a smooth bottom square groove with a width in accordance 7 with the material manufacturer's recommendation. After grinding, clean the groove by 8 shot blasting or a method approved by Engineer. Immediately before placing the 9 marking material clean the groove with high pressure air. I 10 11 8-22.3(3)A Glass beads 12 This section is renumbered as follows: I 13 14 8-22.3(3)G Glass Beads 15 I 16 The second sentence in the second paragraph is revised to read: 17 18 For plastic pavement markings, glass bead type and application rate shall be as I -19 recommended by the marking material manufacturer. 20 21 8-22.3(4) Tolerances,for Lines I 22 This section is revised to read: 23 24 Allowable tolerances for lines are as follows: I 25 26 Length of Line — The longitudinal accumulative error within a 40 foot length of broken 27 line shall not exceed plus or minus 1-inch. The broken line segment shall not be less 28 than 10 feet. I 29 30 Width of Line — The width of the line shall not be less than the specified line width or 31 greater than the specified line width plus %-inch I 32 33 Lane Width — the lane width, which is defined as the lateral width from the edge of 34 pavement to the center of the lane line or between the centers of successive lane lines, I 35 shall not vary from the widths shown in the Contract by more than plus or minus 4- 36 inches. I I I 1 U 2 3 Thickness — a thickness tolerance not exceeding plus 10-percent will be allowed for thickness or yield in paint and plastic material application. 4 I 5 6 Parallel Lines—the gap tolerance between parallel lines is plus or minus 1/2-inch. 7 8-22.3(5) Plastic Installation Instructions 8 This section's title is revised to read: 9 10 8-22.3(5) Installation Instructions Iii 12 The following new sentences are inserted to follow the first sentence: 13 14 The instructions shall include equipment requirements, approved work methods and 1 15 procedures, material application temperature range, air and pavement surface 16 temperature requirements, weather limitations, precautions, and all other requirements 17 for successful application and material performance. Do not use materials with I18 incomplete or missing instructions. 19 20 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS I 21 April 6, 2009 22 11 23 8-23.3(2) Beading and Tolerances I24 This section's content is deleted. This section's title is revised to read: 25 26 8-23.3(2) Marking Application P27 28 This section is supplemented with the following new sub-sections: 29 8-23.3(2)A Temporary Pavement Marking Paint P30 31 Paint used for temporary pavement markings shall be applied in one application at a 32 thickness of 15-mils or 108-square feet per gallon. Glass beads shall be in accordance P33 with Section 8-22.3(3)G. 34 35 8-23.3(2)B Temporary Pavement Marking Tape I 36 Surface preparation and application of temporary pavement marking tape shall be in 37 conformance with the manufacturer's recommendations. 38 39 8-23.3(2)C Temporary Raised Pavement Markers i 40 Surface preparation and application of temporary flexible raised pavement markers shall 41 be in conformance with the manufacturer's recommendations. When temporary flexible 42 raised pavement markers are used for bituminous surface treatment operations, the I 43 markers shall be installed with the protective cover in place. The cover shall be 44 removed after spraying asphaltic material. 45 I 46 47 Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8-09.3. 48 ll 49 8-23.3(2)D Tolerance for Lines 50 Tolerance for lines shall conform to Section 8-22.3(4) 51 i I 1 1 SECTION 8-25, GLARE SCREEN 2 January 7, 2008 ' 3 8-25.3(1) Glare Screen Fabric 4 The second sentence in the second paragraph is revised to read: 5 6 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands 7 spaced at 1-foot intervals. I 8 9 The fourth sentence in the second paragraph is revised to read: 10 11 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or 12 other approved methods, attached at 14-inch intervals. 13 14 8-25.3(5) Tension Cables 15 Thefollowing new paragraph is inserted in front of the first paragraph: 16 17 Fasten the tension cables after the posts have been installed and those set in concrete I 18 have sufficiently cured. 19 20 The second sentence in the second paragraph is revised to read: 21 22 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 23 brace posts with a short length of cable as shown in the Standard Plans. 24 25 This section is supplemented with the following: 26 I 27 Attach U=bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 28 against the live end of the cable, while the "U" of the bolt presses against the dead end. 29 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 30 wire rope thimble placed securely in the loop eye to prevent kinking. 31 32 8-25.3(6) Fittings, Attachments and Hardware 33 The first paragraph is deleted. 34 35 The second paragraph is revised to read: 36 37 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in 38 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 39 the base and top of the H column posts in order to take the strain of the cable tension 40 off the web of the H column. The straps are required between any tension cable fitting 41 and the H column, one per side, unless the screen post is mounted to a guardrail post, 42 then a strap is only required on the outside (nut side)face. The straps are only required 43 at tension cable attachment locations. 44 45 SECTION 9-02, BITUMINOUS MATERIALS 46 April 6, 2009 47 9-02.1 Asphalt Material, General ' 48 This section is supplemented with the following: 1 1 2 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic 3 Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT 4 QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 111 5 Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by 6 the WSDOT State Materials Laboratory.Any change to the QCP will require a new QCP 7 to be submitted. The Asphalt.Supplier of PGAB and Cationic Emulsified Asphalt shall 8 certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the ' 9 Specification requirements of the Contract. 10 11 9-02.1(4)A Quality Control Plan 12 This section including title is revised to read: 13 ' 14 9-02.1(4)A Vacant 15 16 SECTION 9-03, AGGREGATES 17 April 6, 2009 18 9-03.1(1) General Requirements The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. P19 20 21 The following new paragraph is inserted after the sixth paragraph: 22 ' 23 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 24 may be approved for use for aggregates with expansions greater than or equal to 0.21 25 percent. The Contractor shall submit test results according to ASTM C 1567 through the 26 Project Engineer to the State Materials Laboratory that demonstrate that the proposed 27 fly ash when used with the proposed aggregates and portland cement will control the 28 potential expansion to 0.20 percent or less before the fly ash and aggregate sources ' 29 30 may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting 31 Agency's results will prevail. ' 32 33 9-03.8(7) HMA Tolerances and Adjustments 34 The third sentence in the second paragraph under(1.), (Beginning with: The tolerance limits 35 on sieves...)is deleted. 36 37 9-03.17 Foundation Material Class A and Class B 38 This section is revised to read: ' 39 40 Foundation material Class A and Class B shall conform to the following gradations: 41 Percent Passing Sieve Size Class A Class B _ 2W square 98-100 95-100 2" square 92-100 75-100 VA" square 72-87 30-60 %" square 27-47 0-5 1 1 Ye square 3-14 U.S. No. 4 0-5 --- 1 All percentages are by mass. 2 3 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 4 December 1, 2008 5 9-04.1(2) Premolded Joint Filler for Expansion Joints ' 6 This section is revised to read: 7 1 8 Premolded joint filler for use in expansion (through) joints shall conform to either 9 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete 10 Paving and Structural Construction" except the requirement for water absorption is 11 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin 12 Expansion Joint Fillers for Concrete Paving and Structural Construction." 13 14 9-04.2(1) Hot Poured Joint Sealants 15 This section is revised to read: 16 17 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except I 18 that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be 19 sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 20 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash I 21 Point of 205°C in accordance with AASHTO T 48 22 23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 24 April 6, 2009 25 9-06.5(3) High Strength Bolts 26 Paragraphs one through four are revised to read as follows: 27 28 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 29 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 30 Provisions. 31 32 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi I 33 shall be tested for embrittlement. Embrittlement testing shall be conducted after 34 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 35 Certificate of Compliance for the lot provided shall show the ultimate tensile strength I 36 test results. 37 38 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 I 39 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a • 40 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special 41 Provisions. 42 43 Bolts for unpainted and nongalvanized structures shall conform, to either AASHTO M 44 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. 45 46 Nuts for high strength bolts shall meet the following requirements: 1 1 1 I 2 AASHTO M 164 Bolts 3 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3 4 AASHTO M 292 Grade 2H I 5 6 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3 Galvanized Type 1 AASHTO M 291 Grade DH 7 AASHTO M 292 Grade 2H 8 I9 AASHTO M 253 Bolts 10 Black Type 1 AASHTO M 291 Grade DH, DH3 11 AASHTO M 292 Grade 2H 12 Black weathering Type 3 AASHTO M 291 Grade DH3 13 14 9-06.13 Copper Seals I 15 This section including title is revised to read: 16 17 9-06.13 Vacant I 18 19 9-06.16 Roadside Sign Structures 20 This section is revised to read: I 21 22 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 23 164 and Section 9-06.5(3).All connecting hardware shall be galvanized after fabrication I 24 25 in accordance with AASHTO M 232. 26 Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade I 27 28 B or ASTM A 53 Grade B,Type E or S. 29 Posts for perforated square steel posts shall meet the requirements of ASTM A 653 30 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 I 31 G90 Structural Quality Grade 50 or ASTM A 653 G140. 32 33 Slip bases (SB1, SB2, and SB3)for perforated square steel posts shall conform to the I 34 following: 35 36 Plates ASTM A 572 I 37 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 38 Tubing ASTM A 500 Grade B 39 Angle Iron (SB1) ASTM A 36 I 40 41 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square 42 steel posts shall be hot dipped galvanized. I 43 44 The heavy duty anchor used for perforated square steel posts (ST-4) shall meet the 45 requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. 46 I47 Wide flange steel or solid square steel posts for multiple post sign structures shall 48 conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or 49 ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ' I 50 ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 51 or ASTM A 992. 52 I 1 Except as noted otherwise all steel, including posts, base plates, and base stiffeners, 2 shall be galvanized after fabrication in accordance with AASHTO Mil1. 3 4 Base connectors for multiple directional steel breakaway posts shall conform to the 5 following: 6 7 Brackets Aluminum Alloy 6061 T-6 8 Bosses for Type TPB Brackets ASTM A 582 9 Anchor Ferrules Type 304 stainless steel for threaded portion. 10 AISI 1045 steel rod and AISI 1008 coil for 11 cage portion. 12 13 Anchor couplings for multiple directional steel breakaway posts shall conform to AMS /- 14 6378D with a tensile breaking strength range as follows: 15 16 Type TPA 17,000 to 21,000 lb. 17 Type TPB 47,000 to 57,000 lb. 18 19 For multi-directional breakaway base connectors, shims shall conform to ASTM A 653, 20 SS Grade 33, Coating Designation G 165. 21 22 SECTION 9-07, REINFORCING STEEL 23 April 6, 2009 24 9-07.3 Epoxy Coated Steel Reinforcing Bars ' 25 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 26 27 9-07.10 Prestressing Reinforcement Strand 28 The first sentence in the fourth paragraph is revised to read: 29 30 For every 5 reels furnished, one sample, not less than 5%-feet long, shall be sent to the I 31 .Engineer for testing. 9 32 33 9-07.11 Prestressing Reinforcement Bar 34 The fifth and sixthara ra hs are revised to read: P 9 P 35 36 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 1 37 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 38 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers 39 confirming compliance with the specified strength requirement. 40 41 For each heat of steel for high-strength steel bar, the Contractor shall submit two 42 samples, each not less than 5%-feet long, to the Engineer for testing. 43 44 SECTION 9-08, PAINTS 45 April 6, 2009 46 9-08.2 Paint Formulas—General 47 The following new sub-sections are inserted after this section. 48 1 I 1 9-08.2(1) Pigmented Sealer Materials for Coating of Concrete Surfaces I 2 3 The pigmented sealer shall be a semi-opaque colored toner containing only methyl methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at 4 all times by a chemical suspension agent, and solvent. Toning pigments shall be I 5 6 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling or color variation. Use of vegetable or marine oils, paraffin materials, stearates or 7 organic pigments in any part of coating formulation will not be permitted. The 8 Contractor shall submit a one-quart wet sample, a draw down color sample and I9 spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for 10 each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission 11 Internationale de l'Eclairage color measurement analysis method (CIELAB) for each I 12 13 pigmented sealer color. 14 For the respective color, pigmented sealer shall conform to the following CIELAB I 15 16 analysis: 17 Color III/Obs L* a* b* I 18 Washington Gray D65/10, degrees 62.59 0.98 5.23 19 N10, degrees 63.06 1.80 5.70 20 CWF/10, degrees 63.02 0.73 6.08 21 22 Cascade Green D65/10, degrees 36.62 -0.53 -0.89 23 N10, degrees 35.82 -7.15 -2.53 I 24 CWF/10, degrees 36.34 -5.09 -1.18 25 26, Mt. Baker Gray D65/10, degrees 45.94 1.38 4.46 I 27 A/10, degrees 46.40 1.70 5.05 28 CWF/10, degrees 46.46 1.07 5.48 29 I 30 Mt. St. Helens Gray D65/10, degrees 56.07 2.15 6.68 31 A/10, degrees 56.76 3.08 7.52 32 CWF/10, degrees 56.67 1.64 7.85 I 33 34 The one-quart wet sample shall be submitted in the manufacturer's labeled container 35 with product number, batch number and size of batch. The companion draw down color I 36 sample shall be labeled with the product number, batch number and size of batch. The 37 Contractor shall submit the specified samples and readings to the Engineer at least 14 38 calendar days prior to the scheduled application of the sealer. The Contractor shall not I 39 begin applying pigmented sealer until receiving the Engineer's approval of the 40 pigmented sealer color samples. 41 I 42 43 9-08.2(2) Powder Coating Materials for Coating Galvanized Surfaces The powder coating system shall consist of two components, an epoxy primer coat and 44 a polyester finish coat. The epoxy primer coat and the polyester finish coat materials I 45 shall be from the same manufacturer. 46 47 The epoxy primer coat shall be an epoxy powder primer conforming to the following 48 requirements: I49 50 Property Specification Performance Requirement 51 Adhesion - ASTM D 3359 Method B 5B (no failure) I 1 Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend 2 Pencil Hardness ASTM D 3363 H Plus 3 Specific Gravity ASTM D 792 1.25 minimum 4 5 The polyester finish coat shall conform to American Architectural Manufacturers 6 Association (AAMA)Specification 2604. 7 8 Degassing additives may be added as necessary to prevent pin holes in the finish coat. 9 The degassing additives shall be added in accordance with manufacturer's 10 recommendations. 11 12 The color of the powder coating system polyester finish coat shall be as specified in the I 13 Plans or Special Provisions. 14 15 Repair materials shall be selected from one of the approved products listed in the I 16 current Qualified Products List and specified in the Contractor's powder coating plan as 17 approved by the Engineer. 18 19 SECTION 9-09, TIMBER AND LUMBER 20 January 7, 2008 21 9-09.1 General Requirements ! 22 This section is revised to read: 23 24 All timber and lumber shall be sized as indicated in the Plans. 25 26 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber I 27 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 28 shall be stored in such a manner as to remain in a thoroughly dry condition until placed 29 into the work. 30 31 9-09.2 Grade Requirements 32 This section is revised to read: 33 34 Timber and lumber shall conform to the grades and usage listed below. 35 36 Timber and lumber shall be marked with a certified lumber grade stamp provided by one I 37 of the following agencies: 38 39 West Coast Lumber Inspection Bureau (WCLIB) 40 Western Wood Products Association (WWPA) 41 Pacific Lumber Inspection Bureau (PLIB) 42 Any lumber grading bureau certified by the American Lumber Standards Committee 43 44 For structures,all material delivered to the project shall bear a grade stamp and have a 45 grading certificate. The grade stamp and grading certificate will not constitute final 46 acceptance of the material. The Engineer may reject any or all of the timber or lumber I 47 that does not comply with the specifications or has been damaged during shipping or 48 upon delivery. The grading certificate shall be issued by either the grading bureau 49 whose stamp is shown on the material, or by the lumber mill, which shall be under the I 50 supervision of one of the grading bureaus listed above. The certificate shall include the 51 following: 1 I 1 II 2 Name of the mill performing the grading 3 The grading rules being used 4 Name of the person doing the grading with current certification 5 Signature of a responsible mill official 6 Date the lumber was graded at the mill 7 Grade, dimensions, and quantity of the timber or lumber 8 9 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 10 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on 11 each piece or have a grading certificate as defined above. The grade stamp or grading I 12 certificate shall not constitute final acceptance of the material. The Engineer may reject 13 any or all of the timber or lumber that does not comply with the specifications or has 14 been damaged during shipping or upon delivery. I 15 16 9-09.2(1) Surfacing and Seasoning 17 This section including title is revised to read: 18 I 19 9-09.2(1) Structures 20 All timber and lumber for structures shall be Douglas Fir-Larch unless specified I 21 otherwise in the contract, and shall conform to the following: 22 Materials 2"to 4" nominal No. 1 and better, grade thick, 5"nominal and wider (Section 123-b of WCLIB)or I (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5"nominal and thicker No. 1 and better, grade I (Beams and Stringers) (Section 130-b of WCLIB)or (Section 70.11 of WWPA) 23 24 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or 25 Hem-Fir No. 1. 26 I 27 When the material is delivered to the project, the Engineer will check the order for the 28 appropriate grade stamp. The invoice and grading certificate accompanying the order 29 must be accurate and complete with the information listed above. The grading certificate ' 30 and grade markings shall not constitute final acceptance of the material. The Engineer 31 may reject any or all of the timber or lumber that does not comply with the specifications 32 or has been damaged during shipping or upon delivery. 33 I34 9-09.2(2) Vacant 35 This section including title is revised to read: 36 I 37 9-09.2(2) Guardrail Posts and Blocks 38 Timber and lumber for guardrail posts and blocks(classified as Posts and Timbers) shall 39 conform to the species and grades listed below. - II40 Douglas Fir No. 1 and better, grade(Section 131-b WCLIB) or(Section 80.11 WWPA) IHem Fir Select Structural, grade(Section 131-a WCLIB) or(Section 80.10 WWPA) I . 1 Southern Yellow Pine No. 1 and better, grade(Southern Pine Inspection Bureau) 1 2 When the material is delivered to the project, the Engineer will check the order for the 3 appropriate grade stamp. The grade markings shall not constitute final acceptance of 4 the material. The Engineer may reject any or all of the timber or lumber that does not 1 55 comply with the specifications or has been damaged during shipping or upon delivery. 7 9-09.2(3) Inspection 8 This section including title is revised to read: 9 10 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts 11 The allowable species of timber and lumber for signposts, and mileposts shall be 12 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox 13 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir. 14 15 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the 16 grades shown below. 17 4" x 4" Construction grade(Light Framing, Section 122-b WCLIB)or(Section 40.11 WWPA) 4" x 6" No. 1 and better, grade(Structural Joists and Planks, Section 123-b WCLIB)or(Section 62.11 WWPA) 6" x 6",6" x 8", 8" x 10" No. 1 and better, grade(Posts and Timbers, 1 Section 131-b WCLIB)or(Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade(Beams and Stringers, Section 130-b WCLIB)or(Section 70.11 WWPA) 18 19 20 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 21 April 6, 2009 22 9-14.4(4) Vacant 1 23 This section including title is revised to read: 24 25 9-14.4(4) Wood Strand Mulch 26 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 27 conifer or deciduous trees with high length-to-width ratio. A minimum of 95% of the ' 28 wood strand shall have lengths between 2 and 10-inches, with a width and thickness 29 between 1/16 and 3/8-inches. 30 31 The mulch shall not contain resin, tannin, or other compounds in quantities that would I 32 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 33 34 9-14.4(8) Compost 35 This section is revised to read: 36 37 Compost products shall be the result of the biological degradation and transformation of I 38 plant-derived materials under controlled conditions designed to promote aerobic 39 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 1 1 I 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as I 2 a soil amendment or an erosion control BMP as defined below. The compost shall have 3 a moisture content that has no visible free water or dust produced when handling the 4 material. I 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. 7 I 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with U.S. Composting Council 11 Testing Methods for the Examination of Compost and Composting (TMECC) I 12 13 02.02-B, "Sample Sieving for Aggregate Size Classification". 14 Fine Compost shall meet the following: I 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 95% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing %" 75% 100% 21 Maximum particle length of 6 inches I22 23 Coarse Compost shall meet the following: 24 I 25 Min. Max. 26 Percent passing 3" 100% 27 Percent passing 1" 90% 100% 28 Percent passing % 70% 100% 29 Percent passing '/" 40% 60% 30 Maximum particle length of 6 inches I 31 32 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 33 Composting Council TMECC 04.11-A, "1:5 Slurry pH". I 34 35 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 36 less than 1.0 percent by weight as determined by U.S. Composting Council I 37 TMECC 03.08-A"Classification of inerts by Sieve Size". 38 39 4. Minimum organic matter shall be 40 percent by dry weight basis as determined I40 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter 41 42 Method (LOI)". 43 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 1 44 accordance with U.S. Composting Council TMECC 04.10 "Electrical 45 Conductivity". 46 I 47 6. Maturity shall be greater than 80% in accordance with U.S. Composting 48 Council TMECC 05.05-A, "Germination and Root Elongation". 49 I 50 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 51 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 52 1 1 1 8. The compost product must originate a minimum of 65 percent by volume from 2 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A ' 3 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated 4 food waste, and/or biosolids may be substituted for recycled plant waste. The 5 manufacturer shall provide a list of feedstock sources by percentage in the 6 final compost product. 7 8 9. The Engineer may also evaluate compost for maturity using U.S. Composting 9 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score I 10 a number 6 or above on the Solvita®Compost Maturity Test. Coarse Compost 11 shall score a 5 or above on the Solvita®Compost Maturity Test. 12 13 This section is supplemented with the following new sub-sections: 14 15 9-14.4(8)A Compost Approval 16 The Contractor shall either select a compost manufacturer from the Qualified Products • 17 List, or submit the following information to the Engineer for approval: 18 19 1. A Request for Approval of Material Source. 20 21 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 22 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 23 Standards for Solid Waste Handling). 24 I 25 3. The manufacturer shall verify in writing, and provide lab analyses that the 26 material complies with the processes, testing, and standards specified in WAC 27 173-350 and these specifications. An independent Seal of Testing Assurance 28 (STA) Program certified laboratory shall perform the analysis. 11129 30 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 31 issued by the U.S. Composting Council. 32 33 9-14.4(8)B Compost Acceptance 34 Seven days prior to initial application of any compost the Contractor shall submit a 35 compost sample, a STA test report dated within 90 calendar days, and the list of 36 feedstocks by volume for each compost type to the Engineer for review. 37 I 38 The Contractor shall use only compost that has been tested within 90 calendar days of 39 application and meets the requirements in section 9-14.4(8). Compost not conforming 40 to the above requirements or taken from a source other than those tested and accepted 41 shall be immediately removed from the project and replaced at no cost to the , 42 Contracting Agency. 43 44 9-14.5(1) Polyacrylamide (PAM) I 45 The second sentence is revised to read: 46 47 PAM shall be anionic and shall be linear, and not cross-linked. 48 49 9-14.5(3) Clear Plastic Covering 50 This section is revised to read: 51 I 1 Clear plastic covering shall conform to the requirements of ASTM D 4397, for ' 2 3 polyethylene sheeting having a minimum thickness of 6 mils. 4 9-14.5(7) Coir Log 5 The reference to Standard Plans in the second sentence of the first paragraph is revised to 6 read Plans. 7 8 SECTION 9-16, FENCE AND GUARDRAIL ' 9 December 1, 2008 ' 10 9-16.1(1)A Post Material for Chain Link Fence 11 The first paragraph is supplemented with the following: 12 ' 13 • Round Post Material 14 Round post material shall be Grade 1 or 2. 15 16 • Roll Form Material 17 Roll-formed post material shall be Grade 1. 18 Roll-formed end, corner, and pull posts shall have integral fastening loops to 19 connect to the fabric for the full length of each post. Top rails and brace rails shall 20 be open rectangular sections with internal flanges as shown in ASTM F1043. 21 22 The Round Post Material and Roll Form Material information following the third paragraph 23 is deleted. 24 25 9-16.1(1)B Chain Link Fence Fabric ' 26 The first paragraph is revised to read: 27 28 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and ' 29 9 gage wire for chain link fence Type 1. The fabric shall.be zinc-coated steel wire 30 conforming to AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy 31 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- 32 dipped) at the application rate specified by ASSHTO M 181 for hot-dip zinc coating. 1 33 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 34 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft(305 g/m2). 35 36 9-16.1(1)C Tension Wire 37 This section including title is revised to read: 38 ' 39 9-16.1(1)C Tension Wire and Tension Cable 40 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 41 shall be Class 1. I 42 43 Tension cable shall meet the requirements of Section 9-16.6(5). 44 45 9-16.1(1)D Fittings and Hardware 46 This section is supplemented with the following: 47 ' 48 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 49 1 1 • 1 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of 2 Section 9-16.6(6). 3 4 9-16.1(1)E Chain Link Gates 5 The first sentence in the first paragraph is revised to read: 6 7 Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe 8 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 9 10 The fourth sentence in the first paragraph is revised to read: 11 I 12 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or 13 A-11-99 primer meeting the requirements of Section 9-08.2. 14 15 9-16.2(1)A Steel Post Material ' 16 The paragraph under Angle Post Material is revised to read: 17 18 All angle post material shall be galvanized in accordance with the requirements t 19 of AASHTO M 111 except the anchor plate on fence post material shall be grade 20 55. Angle post used for end, corner, gate and pull post and brace shall have a 21 minimum weight of 3.1 lb/ft. 22 23 The first sentence in the third paragraph is revised to read: 24 25 Posts shall not be less than 7-feet in length. 26 27 The last sentence in the third paragraph is revised to read: 28 29 The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a 30 minimum weight of 0.67 pounds. 11131 32 9-16.3(2) Posts and Blocks 33 The first sentence in the second paragraph is revised to read: 34 35 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 36 37 9-16.3(3) Galvanizing , 38 The first sentence in the first paragraph is revised to read: 39 40 W-beam or thrie beam rail elements and terminal sections shall be galvanized in II 41 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be 42 galvanized after fabrication, with fabrication to include forming, cutting, shearing, 43 punching, drilling, bending, welding, and riveting. 44 45 9-16.3(4) Hardware 46 This section is revised to read: 47 48 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, 49 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength 50 Bolts shall conform to 9-06.5(3). 51 1 1 I 1 Unfinished bolts will be accepted by field verification and documentation that bolt heads I 2 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 3 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of 4 the hardware. I S 6 9-16.3(5) Anchors 7 The reference to"hot dip galvanized" in the tenth paragraph is revised to "galvanized". I 8 9 9-16.4(2) Wire Mesh 10 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 11 revised to "galvanized". 1 12 13 9-16.6(2) Glare Screen Fabric 14 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A ' 15 491". 16 17 9-16.6(3) Posts I18 The first paragraph is revised to read: 19 20 Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel I 21 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 22 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a i 23 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel I24 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall 25 be used on any one project. 26 27 The first paragraph is supplemented with the following: 1 28 29 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8- 30 inches steel H column with a minimum weight of 2.8 pounds per linear foot. I 31 32 The first sentence in the second paragraph is revised to read: 33 ' 34 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside 35 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 36 I 37 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 38 revised to "galvanized". 39 I 40 The first two sentences in the fifth paragraph are revised to read: 41 42 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The 43 minimum average zinc coating is per square foot of surface area. 1 44 45 9-16.6(5) Cable 46 The reference to "hot dip galvanized" is revised to"galvanized". I 47 48 9-16.6(6) Cable and Tension Wire Attachments 49 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 1 50 "galvanized". 51 52 The third sentence in the first paragraph is deleted. I I 1 1 2 9-16.6(9) Fabric Bands and Stretcher Bars 3 The reference to"hot dip galvanized" is revised to"galvanized". 4 5 9-16.6(10) Tie Wire 6 This section including title is revised to read: 7 8 9-16.6(10) Tie Wire and Hog Rings ' 9 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 10 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. 11 Galvanizing shall be Class 1. 12 13 Hog rings shall be 12 gage galvanized steel wire. 14 15 9-16.8(1) Rail and Hardware 16 The word "Composition" following the first paragraph is deleted. 17 18 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS 19 April 6, 2009 20 9-19.1 Aggregates and Proportioning 21 The first paragraph is revised to read: 22 23 The concrete for prestressed girders shall have the minimum compressive strengths as 24 specified in the Plans.Aggregates used in the mix shall conform to the following: 25 26 Coarse aggregate shall be in accordance with Section 9-03.1(4). 27 28 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 29 2. 30 31 The manufacturer may revise the grading of the coarse aggregate provided that the 32 concrete mix design is qualified with the modified gradation. An alternative combined 33 gradation conforming to Section 9-03.1(5) may also be used. 34 35 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6. 36 37 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 38 April 6, 2009 39 9-23.6 Admixture for Concrete , 40 This section including title is revised to read: 41 42 9-23.6 Chemical Admixtures for Concrete 43 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of 44 Compliance. If required by the Engineer, admixtures shall be sampled and tested before 45 they are used. A one-pint (500 milliliter) sample of the admixture shall be submitted to 46 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. 47 Chemical Admixtures shall contain less than one percent chloride ion (Cl-) by weight of ' 48 admixture. 49 1 I I 1 This section is supplemented with the following new sub-sections. I 2 3 9-23.6(1) Air Entraining Admixtures 4 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C I 5 6 260. 7 9-23.6(2) Type A Water-Reducing Admixtures I 8 Type A Water-Reducing admixtures shall conform to the requirements of AASHTO M 9 .. 194 Type A or ASTM C 494 Type A. 10 I11 12 9-23.6(3) Type B Retarding Admixtures Type B Retarding admixtures.shall conform to the requirements of AASHTO M 194 Type 13 B or ASTM C 494 Type B. 14 15 9-23.6(4) Type C Accelerating Admixtures 16 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 17 Type C or ASTM C 494 Type C and only non-chloride accelerating admixtures shall be ' 18 19 used. 20 9-23.6(5) Type D Water-Reducing and Retarding Admixtures 21 Type D Water-Reducing and Retarding admixtures shall conform to the requirements of 22 AASHTO M 194 Type D or ASTM C 494 Type D. 23 I 24 9-23.6(6) Type E Water-Reducing and Accelerating Admixtures 25 Type E Water-Reducing and Accelerating admixtures shall conform to the requirements 26 of AASHTO M 194 Type E or ASTM C 494 Type E and only non-chloride accelerating I 27 28 admixtures shall be used. 29 9-23.6(7) Type F Water-Reducing, High Range Admixtures I 30 Type F Water-Reducing, High Range admixtures shall conform to the requirements of 31 AASHTO M 194 Type For ASTM C 494 Type F. 32 I 33 34 9-23.6(8) Type G Water-Reducing, High Range and Retarding Admixtures Type G Water-Reducing, High Range and Retarding admixtures shall conform to the 35 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 36 37 9-23.6(9) Type S Specific Performance Admixtures 38 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 39 494 Type S. When a Type S admixture is used a report on the performance I40 characteristics of the Type S admixture shall be submitted along with the WSDOT 41 concrete mix design (WSDOT Form 350-040). The report shall describe the 42 performance characteristics and provide data substantiating the specific characteristics I 43 44 of the Type S admixture in accordance with ASTM C 494. 45 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed I 46 Concrete 47 This section including title is revised to read: 48 I 49 9-23.7 Vacant 50 I I I 1 9-23.9 Fly Ash 2 This section is supplemented with the following: 3 4 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be 5 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical 111 6 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 7 8 SECTION 9-25, WATER , 9 April 6, 2009 10 9-25.1 Water for Concrete 11 The first paragraph is revised to read: 12 13 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for I 14 human consumption (potable). If the water contains substances that cause 15 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 16 require the Contractor to provide test results documenting that the water meets the 17 physical test requirements and chemical limits described in ASTM C1602 for non- I 18 potable water. 19 20 - SECTION 9-28, SIGNING MATERIALS AND FABRICATION 21 April 6, 2009 22 9-28.8 Sheet Aluminum Signs 23 The second paragraph (excluding chart)is revised to read: 24 25 After the sheeting has been fabricated, the surface of each panel shall be protected ' 26 from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 27 class II Specification for Chromates on Aluminum.Aluminum signs over 12-feet wide by 28 5-feet high shall be comprised of vertical panels in increments of 2, 3, or 4-feet wide. No i 29 more than one 2-foot and/or 3-foot panel may be used per sign. The Contractor shall 30 use the widest panels possible.All parts necessary for assembly shall be constructed of 31 aluminum, galvanized, or stainless steel in accordance with the plans. Sheet.thickness 32 shall be as follows: ' 33 34 9-28.9(1) Mechanical Properties 35 The chart in this section is revised to read: I 36 37 Mechanical Property Ave. Min. Requirement ASTM Test 38 Tensile Strength 10.0 psi x 103 . D638 39 Tensile Modulus 1.2 psi x 106 D638 40 Flexural 20.0 Strength psi x 103 D790 9 41 Flexural Modulus 1.2 psi x 106 D790 42 Compression Strength 32.0 psi x 103 D695 43 Compression Modulus 1.4 psi x 106 D695 44 Punch Shear 12.0 psi x 103 D732 45 46 9-28.14(2) Steel Structures and Posts 47 The first sentence in the fifth paragraph is supplemented with the following: 48 1 I I 1 Steel used for slip bases (SB-1, SB-2, SB-3) and heavy duty anchors shall have a I 2 controlled silicon maximum of 0.40-percent. 3 4 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 1 5 April 6, 2009 6 9-29.1 Conduit, Innerduct, and Outerduct I 7 This section's content is deleted. This section is supplemented with the following: 8 9 Conduit shall be free from defects, including out of round, and foreign inclusions. 10 Conduit shall be uniform in color, density, and physical properties. The inside shall be 11 smooth and free from burrs which could damage cable during installation. Conduit ends 12 shall be cut square to the inside diameter, and supplied with thread protectors. All 13 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 1 14 15 Nationally Recognized Testing Laboratory. 16 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 17 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 18 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 19 interior surfaces of the galvanized steel conduit, except threaded ends, shall be I 20 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average of 21 the zinc coating shall comply with Federal Specification WW-C-581 d. 22 1 23 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 24 Couplings for rigid metal type conduits may be either hot-dip or electroplated 25 galvanized. I 26 27 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 28 Recognized Testing Laboratory listed for wet locations, and shall be hot-dip galvanized 29 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt I 30 on cover with stainless steel screws and a neoprene gasket seal. 31 32 Grounding end bushings shall be bronze or galvanized malleable iron with copper, I33 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 34 mounting screw and set screw. 35 I 36 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot-dip 37 galvanized. Two-hole type straps shall span the entire width of the support channel and 38 attach to the supports on both sides of the conduit with bolts and associated hardware. I 39 40 Two piece conduit clamps shall interlock with the support channel with a single bolt. 41 Conduit supports for surface mounted conduit shall be hot-dip galvanized or type 304 or I 42 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 43 spring nuts. 44 I45 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 46 Expansion/Deflection Fittings 47 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip I 48 galvanized malleable or ductile iron end couplings and body and shall. allow for 4-inches 49 of movement minimum (2-inches in each direction). Expansion fittings for rigid 50 galvanized steel conduit shall have an external tinned copper bonding jumper or an I I 1 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 2 not reduce the conduit conductor capacity. I 3 4 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip 5 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless ' 6 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 7 for conduit movement of %-inch in all directions and angular movement of 30 degree in 8 any direction. 10 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit I 11 shall be assembled from a deflection fitting and an expansion fitting as defined above. 12 13 The bonding jumper used for expansion fittings and combination expansion deflection 14 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 15 type connection designed for the application. I 16 17 9-29.1(3) Flexible Metal Conduit 18 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible , 19 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 20 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 21 350. 22I 23 9-29.1(3)A Flexible Metal Conduit Appurtenances 24 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 25 and listed for wet locations. II 26 27 9-29.1(4) Non-Metallic Conduit 28 1 29 9-29.1(4)A Rigid PVC Conduit 30 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 31 Fittings shall conform to NEMA TC-3, and be UL 514C and UL 651. 32 I 33 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 34 for which the cement is recommended). 35 36 9-29.1(4)B HDPE Conduit 37 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings I 38 for HDPE shall be mechanical and listed for use with HDPE. 39 40 Aluminum mechanical couplings are prohibited. 41 42 9-29.1(5) Innerduct and Outerduct 43 The innerduct system shall be factory-installed and shall be designed so that expansion 1 44 and contraction of the innerducts takes place in the coupling body to eliminate 45 compatibility problems.The conduit coupling body shall have a factory-assembled 46 gasket that is multi-stage and anti-reversing, sealing both the outerduct and innerducts. 47 A secondary mid-body 0-ring.gasket shall be seated into the coupling body and shall I 48 hold the coupling body firmly in the outerduct. 49 50 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured I 51 from the same materials and manufacturing process as the conduit, except as specified I I I 1 otherwise. The conduit system shall be a complete system with the following 2 accessories: 3 . 4 Manhole Terminator Kits I 5 Deflection Fittings 6 Offset Fittings 7 Expansion/Contraction Fittings 8 Repair Kits I9 Conduit and Innerduct Plugs 10 Pull string 11 Pull rope 12 Conduit spacers 13 Split Plugs 14 I 15 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 16 Each section of steel outerduct shall be supplied with one reversing spin coupling that 17 allows straight sections and fittings to be joined without spinning the conduit. The I 18 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 19 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless 20 steel and insure continuous electrical ground. The couplings shall be galvanized steel I 21 22 with the same material properties as the conduit. 23 The conduit system shall be designed so that assembly of components can be 24 accomplished in the following steps: I25 26 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 27 insertion. 1 28 29 2. Spin coupling mating sections forward to bottom. 30 31 32 3. Tighten setscrews on lock nut ring. 33 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct I 34 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 35 be 4-inch with a minimum 5-inch extended integral "bell end" and shall be gray in color. 36 The outerduct minimum wall thickness shall be 0.23-inch for Schedule 40 PVC and • I 37 38 0.32-inch for Schedule 80 PVC. 39 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 1 I 40 41 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage 42 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid- 43 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 1 1 111 44 of the system. The bell end and the coupling body assembly shall accept a minimum of 45 5-inches of the spigot end. 46 47 The conduit system shall be designed so that straight sections and fittings will assemble 48 without the need for lubricants or cement. 49 I 50 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 51 proper innerduct alignment. PVC outer-ducts shall have a circumferential ring on the 52 spigot end of the duct to provide a reference point for ensuring the proper insertion I 1 1 depth when connecting conduit ends. The line shall be a minimum of 5-inches from the 2 end of the conduit. 3 4 9-29.1(5)C innerduct for Straight Sections of Galvanized Steel Outerduct or 5 PVC Outerduct 6 The innerducts shall have a minimum outside diameter of 1.25-inch, and a minimum 7 inside diameter of 1.2-inch. Larger diameter innerducts may be provided if the wall 8 thickness and diameter tolerances are met. The tolerance for inside and outside 9 diameters shall be 0.005-inch. The innerducts shall have a minimum wall thickness of 10 0.060-inch. Innerduct shall be color coded and shall index a minimum of one innerduct 11 with a different color. Alternate color codes are permitted as long as the color codes are 12 contiguous between adjacent junction boxes. The innerducts shall be factory installed in 111 13 the outerduct. 14 15 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 16 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 17 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 18 The coefficient of friction shall be less than 0.10 between the V-inch diameter I 19 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 20 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 21 shall be the same type as the pull rope used for cable installation. The Contractor shall 22 provide as part of the conduit submittals a certificate of compliance with these 23 coefficient of friction requirements. 24 11125 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 26 prelubricated coating. The coating shall provide the required dynamic coefficient of 27 friction. 28 L 29 Innerduct shall be extruded polyvinyl chloride(PVC)or polyethylene (PE). 30 31 The coupling body for the innerduct shall be factory assembled in the bell end of the I 32 outerduct and shall be manufactured from a high impact engineered thermoplastic. The 33 coupling body face shall be supplied with lead-ins to facilitate assembly. 34 35 All outerduct shall be marked with data traceable to plant location. 36 37 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances III38 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 39 gasket. Plugs shall be equipped with an attachment to securethe pull rope in the 40 innerduct.The plug shall withstand 5 psi. 41 42 9-29.1(5)D1 Bends for 4-inch PVC Conduit with Innerducts or Galvanized 43 Steel Conduit with Innerducts 44 All bend radii shall be 36-inches or greater. The conduit system shall provide a complete 45 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 46 ends. The bends shall contain high-temperature burn-through-resistant innerducts 47 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other I 48 requirements for innerduct In Sections 9-29.1(1)and 9-29.1(5)A. 49 50 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) I 51 The prefabricated standard fixed PVC bends shall have a radius between 4-feet and 9- 52 feet and sweep angles of 11.25-degree,22.5-degree, 45-degree, or 90-degree. I 1 1 1 2 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 3 radius no less than 4-feet. The field bend shall be no greater than 90-degrees. 4 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be I 5 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 6 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 7 I 8 9-29.1(6) Detectable Underground Warning Tape 9 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 10 the message; "FIBER OPTIC CABLE BURIED BELOW"-or equal. The warning tape 11 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- 12 mils thick and 3-inches wide. 13 14 9-29.1(7) Steel Casings 15 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 16 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand 17 the forces exerted by the boring operation as well as those forces exerted by the earth I 18 during installation and shall be a minimum of%-inch thick.All joints shall be welded by a 19 welder qualified in accordance with AWS D1.1 structural welding code, section 3. 20 I 21 9-29.1(8) Drilling Fluid 22 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 23 clay, conforming to the drilling equipment manufacturers recommendations. I 24 25 9-29.3 Conductors, Cable 26 This section's content is deleted. This section's title is revised to read: 27 I28 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 29 I 30 9-29.3(1)A Singlemode Fiber Optic Cable 31 This section is revised to read: 32 33 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 I 34 kpsi proof stress glass and primarily composed of silica which shall provide a matched 35 clad index of refraction (n) profile and the following physical and performance 36 characteristics: I 37 38 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 39 I 40 2. Typical Core Diameter. 8.3 microns; 41 42 3. Cladding Diameter: 125 micron; I 43 44 4. Core-to-Cladding Offset (Defined as the distance between the core center and 45 the cladding center. <0.8 microns; I 46 47 5. Cladding Non-Circularity (Defined as {[1-(minimum cladding diameter - 48 maximum cladding diameter)] X 100.): <2.0%; 59 I50 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating 51 thickness at any point of not less than 50 microns; 52 111 I 1 1 7. The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 2 manufacturer; and, 3 4 8. The coating shall be mechanically or chemically strippable without damaging 5 the fiber. 1 6. 7 9-29.3(2) Twisted-Pair(TWP) Copper Cable 8 This section's content is deleted. This section's title is revised to read: 9 10 9-29.3(2) Electrical Conductors and Cable 11 12 This section is supplemented with the following new sub-sections: 1 13 14 9-29.3(2)A Single Conductor 15 1 16 9-29.3(2)A1 Single Conductor Current Carrying 17 All current carrying single conductors shall be stranded copper conforming to ASTM B3 18 and B8. Insulation shall be chemically XLP(cross-linked polyethylene) or EPR(Ethylene 19 Propylene Rubber)Type USE rated for 600 volt. 20 21 9-29.3(2)A2 Grounding Electrode Conductor 22 Grounding electrode conductor shall be bare or insulated stranded copper. The 23 insulation shall be green or green with a yellow tracer. 24 25 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 26 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 27 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 28 with the exception that the equipment 9roundin9 and bonding lum er conductors 29 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 30 braided copper. 31 32 9-29.3(2)A4 Location Wire 33 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 34 insulation shall be type USE Orange in color. 35 36 9-29.3(2)B Multi-Conductor Cable 37 Two conductor through 10 conductor unshielded signal control cable shall conform to I 38 International Municipal Signal Association (IMSA) signal cable Specification 20-1. 39 40 9-29.3(2)C Aluminum Cable Steel Reinforced 41 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 42 appropriate size for aluminum conductors shall be used where required in the Contract. 43 The neutral conductor shall be the same size as the insulated conductor. All conductors I 44 shall be stranded. 45 46 9-29.3(2)D Pole and Bracket 47 Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The individual 48 conductors shall be one red and one black 19-strand No. 10 AWG copper, assembled 49 parallel. The conductor insulation shall be 45-mil polyvinyl chloride or a 600 volt rated 50 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 51 less than 45-mils thick. If luminaires with remote ballasts are specified in the Contract, 1 I I 1 this same cable shall be used between luminaire and ballast for both timber and I 2 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 3 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 4 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving I 5 of the temperature rating recommended by the luminaire manufacturer. 6 7 9-29.3(2)E Two-Conductor Shielded I 8 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 9 shall conform to IMSA Specification No. 50-2. 10 11 9-29.3(2)F Detector Loop Wire 12 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 13 14 9-29.3(2)G Four-Conductor Shielded Cable 1 15 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 16 conductors with polypropylene insulation, an aluminized polyester shield, water blocking 17 material in the cable interstices, and a 26-mil minimum outer jacket of polyethylene. The 18 four-conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 19 different insulation color. Overall cable diameter shall be 0.25-inch maximum. 20 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between I 21 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10-day 22 immersion test with ends exposed in a saturated brine solution. 23 I 24 9-29.3(2)H Three-Conductor Shielded Cable 25 Three-conductor shielded cable (3CS) for the detector circuit for optical fire preemption 26 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 27 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 I28 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The 29 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and 30 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per I31 1,000-feet. Capacitance from one conductor to the other two conductors and shield shall 32 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 33 minimum average wall thickness of 0.045-inch. The finished outside diameter of the I 34 35 cable shall be 0.3-inch maximum. 36 9-29.3(2)1 Twisted Pair Communications Cable I 37 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 38 be AWG22 conductor. The cable shall have a petroleum compound completely filling 39 the inside of the cable and rated for OSP(Outside Plant) applications. I 40 41 9-29.6 Light and Signal Standards 42 This section is supplemented with the following: I 43 44 Materials for steel light and signal standards, and associated anchorage and fastening 45 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 46 specified in one of the following documents: I47 48 1. The steel light and signal standard fabricator's pre-approved plan as approved 49 by the Washington State Department of Transportation and as identified in the I 50 Special Provisions. 51 I I I 1 2. The steel light and signal standard fabricator's shop drawing submittal, 2 including supporting design calculations, as submitted in accordance with , 3 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 4 the Engineer. 5 6 SECTION 9-30, WATER DISTRIBUTION MATERIALS 7 December 1, 2008 8 9-30.3(1) Gate Valves (3-inches to 16-inches) I 9 The second paragraph is revised to read: 10 111 11 The Contractor shall provide an affidavit of compliance stating that the valve furnished 12 fully complies with AWWA C509 or AWWA C515. 13 14 SECTION 9-34, PAVEMENT MARKING MATERIAL I 15 April 6, 2009 16 9-34.2(4) Temporary Pavement Marking Paint I 17 This section is revised to read: 18 19 Paint used for temporary pavement marking shall conform to the requirements of 20 Section 9-34.2. 21 22 9-34.5 Temporary Pavement Marking Tape 23 The third sentence is deleted. 24 25 9-34.6 Temporary Raised Pavement Markers 26 The eighth and ninth sentences in the first paragraph are deleted. 27 28 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 29 December 1, 2008 30 9-35.2 Construction Signs 31 The fourth paragraph is revised to read: 32 33 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 34 previously approved sign materials except aluminum or aluminum composite is I 35 prohibited. 36 37 9-35.14 Portable Temporary Traffic Control Signal I 38 The third sentence in the eighth paragraph is revised to read: 39 40 A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of I 41 the face of all vehicle signal backplates to project a rectangular image at night towards 42 oncoming traffic. 43 I I APPENDIX A-SAMPLE FORMS CITY OF RENTON 1 I I SAMPLES I I APPENDIX A SAMPLE FORMS DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO THE CITY. I 1 t I I 2009 STREET OVERLAY WITH CURB RAMPS I APPENDIX A - SA"6171-6. foAMS Washington State Department of Transportation Request to Sublet Work I ❑Subcontractor ❑Lower Tier Subcontractor 0 DBE Prime Contractor Federal Employer 1.0.Number* State Contract Number Job Description(Tdle) Request Number IApproval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer 1.D.Number` IAddress Telephone Number • City - !State Zip CodeEstimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employerl.0_Number, - - •• Use Owner's Social Security Number Item No. Partial Item Description '• Amount • • I • I - • 1 ' • 1 • _ ' • I •_ - . - i - I 1 -- _ .....__ ...... s - - . _. .... - .. . . i 1 - ' :1: ' I understand and will insure that the subcontractor will- Prime Contractor Signature ;Date comply fully with the plans and specifications under - •• which this work is being performed. • - 1 III Department of Transportation Use Only - • • - Percent of Total Contract !DBE Status Verification IThis Request -_--_--_- __ . . Previous Requests _____ -.-___-__.___._.-_ % Sublet to Date ---__- ._ . .. ._. ProjectEngineer iDate !Approved-Region Construction Engineer Date ❑ Approved I I(When Required) 1 j 1)OT RevisForm ed 421-017/022 EF Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor — MIN IIIIII — — — — i —• — i-- — — 1— — — — — — — t Mb, Washington State Department of•Transporta)tion Monthly Employment Utilization Report i rl Name and Address of Contractor WSDOT Co'ptract Number Federal Aid Number Employer's I.D.Number Federal Funding Agency Z • i 0 i • Project Description and Location County i Reporting Period . i From . Tov) 9. Total Contact Construction Work Hours Percentages Employees 3 -----------------i a. . c. d. e. 2. 3. 4. 5. r Construction. • Classifications Total WorkHours Black(Not HisOanic Asian or American Minority Female Total Total Number In Trade l of All Employees of Hispanic Pacific Indian or Percentage Percentage Number of of Minority By Trade Origin) I Islander Alaskan Native Employees Employees I M . F M (+ MF M F M _ F M F M_._. F_. Journey Worker • i .. , v, i Apprentice -_....._____--..._......._,.... .. ... ;. _ . __— —•+•• -----------..._ `Trai•.ee - • i Journey Worker . • ___ . . __.•_. _ .. _ .• .. Apprentice i Trainee ! : I Journey Worker I . urn t" i ,Apprentice _.—_.___-__ _..-.- i- Trainee • - , . . Journey Worker i • • Apprentice i • i Trainee • i • IJourney Worker, Apprentice • . ..... Trainee • Total Journey Workers , . Total Apprentices 1 Total Trainees • • i • • ! _• • Grand Total . , •• Company Official's Signature and Title .(Telephone Number Date Signed (Page { j of DOT Form 820-010 EF • : . This'form replaces U.S.Dept.of Labor Form CC 257 Revised 6/99 • APPENDIX A - SAMPLE FORMS CITY OF RENTON i - Recycled Product Reporting Form I Upon completion of project, indicate the type, amount and cost of each recycled product purchased for 111 and used in the project. Return the completed form to the project manager. II Project : Date: 1 . CAG No.: Contractor: Recycled Product Amount I Unit of Measure Cost per Unit -Q Compost Product - . I :Q Glassphalt-or Rubberized • - Asphalt - l ' I 0 Re-crushed Concrete or Asphalt - IQ Recycled Glass•-Cullet I Q Recycled Plastic Lumber J - J 10 Other Recycled Plastic - • IL7 Recycled Bildinig -Insulation . • itQ Recycled Paint Q Recycled Rubber Product • I0 Recycled Carpet I . Q Recycled Tile • •- 0 Other Recycled Product • Signed: . ITitle: Date: Department of Labor and Industries Prevailing Wage at"1',op STATEMENT OF INTENT TO I (360)902-5335 � ' `'•'•` www.Ini.wagon/ffradesLicensing/PrevailingWage i".z. PAY PREVAILING WAGES �o Public Works Contract $25.00 Filing Fee Required I • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) •— Once ,'roved our form will be ,,sted online at the above website. I • E�,��(i'i �f)-,,70.0)tk,4 zr F .yr Inc t-- i{l `�42 ` s1:i} 7�.` Address Contractor,company or p y agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed I Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes U No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? I ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits I 0 . __ _ _ ___ . . ____ _.__ _ ... _ . . . Company name Indicate total dollar amount of your contract $ or time and materials if applicable. I Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP 4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries IContractor Registration No. UBI Title Signature Industrial Insurance Account Number I Email address Phone number .-..._ . . _.. s-. ... _. " '``2 ::::::::'-:•,..._:::::::,. .. -:"...;:-Z.11::::::_:-;_— Check Number. ❑ $25 or $ .' 1. _.._0s' c•}r i r.cr',' Issued By: APPROVED: Department of Labor and Industries 1 By Industrial Statistician I F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I f IHow to expedite the processing of your form: IREQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, , state"Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) 1 All work subcontracted: If all work will be performed by subcontractors,check the appropriate box on the form. I Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits,as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing 1 ' Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable.The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI(i.e.,janitorial, 1 surveying, truck driving). ' Signature Missing—Intent must be signed by an authorized representative. Apprentices:Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they ----must-be-listed-on-the-Affidavit-of-Wages-P-aid-form{F7-00-00y-000),-and-registered-with-the-Washington State Apprenticeship-and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. I A copy of the approved Intent form 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.qov/TradesLicensino/PrevailinaWage ' ISubmit both copies (white and canary) and the$25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address I DEPT.OF LABOR AND INDUSTRIES PO BOX 44835 will show in a window envelope OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335 IIF700-029-000 statement of intent to pay prevailing wages-backer 12-04 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 , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: ' Title: 1 . 1 ts_INTNT.Doa IAPPENDIX B-HOURLY MINIMUM WAGE RATES CITY OF RENTON 1 1 1 1 1 1 1 1 APPENDIX B 1 HOURLY MINIMUM WAGE RATES � 1 1 i i 1 1 1 2009 STREET OVERLAY WITH CURB RAMPS 1 State of Washington I DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 IWashington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description Iof overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY IEFFECTIVE 03-04-2009 (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS I JOURNEY LEVEL $38.12 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $45.05 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 I CARPENTERS ACOUSTICAL WORKER $46.32 1M 5D BRIDGE,DOCKAND WARF CARPENTERS $46.16 1M 5D CARPENTER $46.16 1M 5D ICREOSOTED MATERIAL $46.26 1M 5D DRYWALL APPLICATOR $46.42 1M 50 FLOOR FINISHER $46.16 1M 50 I FLOOR LAYER $46.16 1M 5D FLOOR SANDER $46.16 1M 5D MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $46.36 1M 5D I SAWFILER $46.16 1M 5D SHINGLER $46.16 1M 5D STATIONARY POWER SAW OPERATOR $46.16 1M 5D ISTATIONARY WOODWORKING TOOLS $46.16 1M 5D CEMENT MASONS JOURNEY LEVEL $46.81 1M 5D DIVERS&TENDERS I DIVER $96.81 iM 5D 8A DIVER ON STANDBY $54.19 1M 50 DIVER TENDER $49.84 1M 5D I DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L ASSISTANT MATE(DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L I ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN,HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 5D 8L I OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $46.34 1E 5P I ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 I i I KING COUNTY I EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $58.34 1E 5A CABLE SPLICER(TUNNEL) $62.86 1 E 5A CERTIFIED WELDER $56.29 1E 5A CERTIFIED WELDER(TUNNEL) $60.60 1E 5A CONSTRUCTION STOCK PERSON $28.83 1 E 5A JOURNEY LEVEL $54.25 1 E 5A JOURNEY LEVEL(TUNNEL) $58.34 1E 5A i ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A GROUNDPERSON $38.14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A JOURNEY LEVEL LINEPERSON $53.30 4A 5A LINE EQUIPMENT OPERATOR $45.14 4A 5A 1 POLE SPRAYER $53.30 4A 5A POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS I ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 60 MECHANIC IN CHARGE $7 0. 0 6 4A 6Q i FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS 1 JOURNEY LEVEL $32.47 1H 5D GLAZIERS JOURNEY LEVEL $45.25 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS I MECHANIC $48.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS I JOURNEY LEVEL $39.31 11-I 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 I INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B I COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B I MATE,LAUNCH OPERATOR $47.35 1K 5B Page 2 I I KING COUNTY EFFECTIVE 03-04-2009 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I INSPECTION/CLEANINGISEAUNG OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11,48 1 HEAD OPERATOR $24,91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPUCATORS JOURNEY LEVEL $46.16 IM 50 IRONWORKERS JOURNEY LEVEL $51.01 10 5A LABORERS ASPHALT RAKER $39.31 1H 50 BALLAST REGULATOR MACHINE $38,12 1H 50 BATCH WEIGHMAN $32.47 1H 5D IBRUSH CUTTER $38.12 1H 50 BRUSH HOG FEEDER $38.12 .1 H 50 BURNERS $38,12 1H 5D CARPENTER TENDER $38.12 1H 50 CASSION WORKER $39.31 1H 5D CEMENT DUMPER/PAVING $38.83 1H 5D CEMENT FINISHER TENDER $38.12 11-I 50 CHANGE-HOUSE MAN OR DRY SHACKMAN $38.12 1 H 50 CHIPPING GUN(OVER 30 LBS) $38,83 1H 5D CHIPPING GUN(UNDER 30 LBS) $38.12 IH 50 CHOKER SETTER $38.12 1H 5D I CHUCK TENDER $38.12 1H 50 CLEAN-UP LABORER $38.12 1 H 50 CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 5D I CONCRETE FORM STRIPPER $38.12 1 H 5D CONCRETE SAW OPERATOR $38.83 1H 50 CRUSHER FEEDER $32.47 IH 5D CURING LABORER $38.12 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $38.12 1H 5D DITCH DIGGER $38.12 IH 5D DIVER $39.31 1I-1 5D I DRILL OPERATOR(HYDRAULIC,DIAMOND) $38.83 1H 50 DRILL OPERATOR,AIRTRAC $39.31 IH 50 DUMPMAN $38.12 1H 50 EPDXY TECHNICIAN $38.12 1H 513 EROSION CONTROL WORKER $38.12 1H 50 FALLER/BUCKER,CHAIN SAW $38.83 1 H 50 FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $29.65 IH 5D I construction debris cleanup) FINE GRADERS $38.12 1H SD FIRE WATCH $32.47 IH 50 FORM SETTER $38.12 1H 50 GABION BASKET BUILDER $38.12 IH 50 GENERAL LABORER $38.12 1H 5D GRADE CHECKER&TRANSIT PERSON $39.31 IH 50 I GRINDERS $38.12 1H 5D GROUT MACHINE TENDER $38.12 IH 5D Page 3 1 I KING COUNTY EFFECTIVE 03-04-2009 r (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38.12 1H 5D I HAZARDOUS WASTE WORKER LEVEL A $39.31 1H 5D HAZARDOUS WASTE WORKER LEVEL B $38.83 1H 5D HAZARDOUS WASTE WORKER LEVEL C $38.12 1H 5D HIGH SCALER $39.31 1H 5D I HOD CARRIER/MORTARMAN $39.31 1H 5D JACKHAMMER $38.83 1H 5D LASER BEAM OPERATOR $38.83 1H 5D I MANHOLE BUILDER-MUDMAN $38.83 1H 5D MATERIAL YARDMAN $38.12 1H 5D I MINER $39.31 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $38.83 1H 5D I PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $38.83 1H 5D PILOT CAR $32.47 1H 5D I PIPE POT TENDER $38.83 1H 5D PIPE RELINER(NOT INSERT TYPE) $38.83 1H 5D PIPELAYER&CAULKER $38,83 1H 5D PIPELAYER&CAULKER(LEAD) $39.31 1H 5D PIPEWRAPPER $38.83 1H 5D POT TENDER $38.12 1H 5D POWDERMAN $39.31 1H 50 I POWDERMAN HELPER $38.12 1H 5D POWERJACKS $38,83 1H 5D RAILROAD SPIKE PULLER(POWER) $38.83 1H 5D RE-TIMBERMAN $39.31 1H 5D RIPRAP MAN $38.12 1H 5D RODDER $38.83 IH 5D SCAFFOLD ERECTOR $38.12 1H 5D I SCALE PERSON $38.12 1H 5D SIGNALMAN $38.12 IH 5D SLOPER(OVER 20") $38.83 1H 5D SLOPER SPRAYMAN $38.12 1H 5D I SPREADER(CLARY POWER OR SIMILAR TYPES) $38.83 1H 5D SPREADER(CONCRETE) $38.83 IH 5D STAKE HOPPER $38.12 iH 5D I STOCKPILER $38.12 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $38.83 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $38.83 11-1 5D TOOLROOM MAN(AT JOB SITE) $38.12 1H 5D I TOPPER-TAILER $38.12 1H 5D TRACK LABORER $38.12 1H 5D TRACK LINER(POWER) $38.83 1H 5D TRUCK SPOTTER $38.12 1H 5D I TUGGER OPERATOR $38.83 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $38.12 1H 5D VIBRATOR $38.83 1H 5D I VINYL SEAMER $38.12 iH 5D WELDER $38.12 1H 5D WELL-POINT LABORER $38.83 11-1 5D Page 4 • I I I KING COUNTY EFFECTIVE 03-04-2009 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $38.12 1H 5D PIPE LAYER $38.83 1H 5D LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS - $17.87 1 I LATHERS JOURNEY LEVEL $46.42 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 II LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 I WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 I EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 I UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS I JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $44.83 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $62.19 1G 5A I POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P TONS I BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $49.03 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $47.91 1T 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $47.00 1T SD 8P l BACKHOE,EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 5D 8P BARRIER MACHINE(ZIPPER) $47.42 1T 5D 8P BATCH PLANT OPERATOR,CONCRETE $47.42 1T 50 8P BELT LOADERS(ELEVATING TYPE) $47.00 1T 5D 8P I BOBCAT(SKID STEER) $44.64 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 50 8P BROOMS $44.64 1T 5D 8P I BUMP CUTTER $47.42 1T 5D 8P CABLEWAYS $47.91 1T 5D 8P CHIPPER $47.42 1T 50 8P COMPRESSORS $44.64 1T 5D 8P ICONCRETE FINISH MACHINE-LASER SCREED $44.64 1T 50 8P Page 5 I KING COUNTY EFFECTIVE 03-04-2009 '. ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMPS $47.00 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P CONVEYORS $47.00 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P CRANE,FRICTION OVER 200 TONS $49.59 1T 5D 8P I CRANES, THRU 19 TONS,WITH ATTACHMENTS $47.00 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $47.42 1T 5D 8P CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $47.91 1T 513 8P _ I WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $48.46 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $49.03 1T 5D 8P I WITH ATTACHMENTS) CRANES,A-FRAME. 10 TON AND UNDER $44.64 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $47.00 1T 5D 8P CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $49.59 1T 5D 8P I ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44.TONS) $47.42 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $47.91 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $48.46 1T 5D 8P ' CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $48.46 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $49.03 1T 5D 8P CRUSHERS $47.42 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $47.42 1T 5D 8P DERRICK,BUILDING $47.91 1T 5D 8P • DOZERS,D-9&UNDER $47.00 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $47.00 1T 5D 8P DRILLING MACHINE $47.42 1T 50 8P I ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $44.64 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $47.00 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 IT 5D 8P I FORK LIFTS,(3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $44.64 1T 5D 8P GRADE ENGINEER $47.00 1T 5D 8P GRADECHECKER AND STAKEMAN $44.64 1T 5D 8P ' GUARDRAIL PUNCH $47.42 IT 50 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $47.00 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8P ' HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $44.64 1T 5D 8P HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $47.00 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $47.91 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $48.46 1T 50 8P I LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES,ALL $47.42 1T 5D 8P MECHANICS,ALL $48.46 1T 5D 8P MIXERS,ASPHALT PLANT $47.42 1T. 5D 8P MOTOR PATROL GRADER(FINISHING) $47.91 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $47.00 1T 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8P I Page 6 I I I KING. COUNTY EFFECTIVE 03-04-2009 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I PILEDRIVER(OTHER THAN CRANE MOUNT) $47.42 iT 5D 8P PLANT OILER(ASPHALT,CRUSHER) $47.00 1T 5D 8P POSTHOLE DIGGER,MECHANICAL $44.64 iT 5D 8P POWER PLANT $44.64 11- 5D 8P I PUMPS,WATER $44.64 IT 5D 8P QUAD 9,0-10,AND HD-41 $47,81 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 11- 5D 8P I REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8P ROLLAGON $47.91 iT 5D 8P I ROLLER,OTHER THAN PLANT ROAD MIX $44.64 iT 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8P ROTO-MILL,ROTO-GRINDER $47.42 1T 5D 8P SAWS,CONCRETE $47.00 1T 50 8P ISCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $47.91 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRYALL $47.00 1T 5D 8P SCREED MAN $47,91 1T 5D 8P I SHOTCRETE GUNITE $44.64 1T 5D 8P SLIP FORM'PAVERS $47.91 IT 5D 8P SPREADER,TOPSIDER&SCREEDMAN $47.91 1T 5D 8P I SUBGRADE TRIMMER $47.42 iT 5D 8P TOWER BUCKET ELEVATORS $47.00 1T 5D 8P TRACTORS,(75 HP&UNDER) $47.00 1T 5D 8P TRACTORS,(OVER 75 HP) $47.42 1T 5D 8P I TRANSFER MATERIAL SERVICE MACHINE $47.42 iT 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8P TRENCHING MACHINES $47.00 1T 5D 8P I TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $47.42 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8P WHEEL TRACTORS,FARMALL TYPE $44.64 1T 5D 8P I YO YO PAY DOZER $47.42 1T 5D 8P POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) 1POWER UNE CLEARANCE TREE TRIMMERS I JOURNEY LEVEL IN CHARGE $39.29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37.81 4A 5A I TREE TRIMMER $35.18 4A 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $60.56 1G 5A IRESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS I JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 I RESIDENTIAL DRYWALL TAPERS I JOURNEY LEVEL $46.34 1E 5P Page 7 I KING COUNTY ' EFFECTIVE 03-04-2009 (See Benefit Code Key) Over i PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1H 5G I RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 I RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $38.18 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) I JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 I RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $43.61 1M 5A ROOFERS JOURNEY LEVEL $38.28 1R 5A I USING IRRITABLE BITUMINOUS MATERIALS $41.28 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $55.27 1E 6L SHIPBUILDING&SHIP REPAIR III BOILERMAKER $32.56 1H 6W CARPENTER $32.19 18 6X ELECTRICIAN $31.87 1B 6X HEAT&FROST INSULATOR $48.28 1S 5J LABORER $30.70 1B 6X MACHINIST $31.70 1B 6X OPERATOR $34.13 1B 6X PAINTER $31.74 18 6X PIPEFITTER $31.77 1B 6X RIGGER $30.17 1B 6X I SANDBLASTER $29.24 18 6X SHEET METAL $31.77 1B 6X SHIPFITTER $30.32 18 6X TRUCKER $31.60 1B 6X I WAREHOUSE $31.66 1B 6X WELDER/BURNER $30.32 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) I SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 I Page 8 I KING COUNTY IEFFECTIVE 03-04-2009 (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I SOFT FLOOR LAYERS JOURNEY LEVEL " $38.18 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S II SPRINKLER.FITTERS(FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) I JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 I PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE UNE CONSTRUCTION-OUTSIDE CABLE SPLICER $31.46 28 5A HOLE DIGGER/GROUND PERSON $17.58 28 5A INSTALLER(REPAIRER) $30.17 28 5A I JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER I $31.46 28 5A SPECIAL APPARATUS INSTALLER II $30.82 28 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $31.46 2B 5A I TELEPHONE EQUIPMENT OPERATOR(LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 28 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A ITELEVISION SYSTEM TECHNICIAN $26.42 28 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 28 5A TERRAZZO WORKERS&TILE SETTERS I JOURNEY LEVEL $43.61 1M 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $37.44 18 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $43.45 1T 5D 8L I ASPHALT MIX(OVER 16 YARDS) $44.25 1T 5D 8L DUMP TRUCK $43.45 1T 5D 8L DUMP TRUCK&TRAILER $44.25 1T 5D 8L OTHER TRUCKS $44.25 1T 50 8L ' TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 I OILER $12.97 1 WELL DRILLER $18.00 1 1 I Page 9 1 i State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. ******* ********* **************** ***** ************************************************** PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 03-04-2009 CORRECTION PUBLISHED ON 03-25-2009 CORRECTED RATE WILL BE EFFECTIVE ON 04-24-2009 Corrected Rate Compared to the Incorrect Rate Previously Published. 1 COUNTIES COVERED: CHELAN,CLALLAM, DOUGLAS,GRAYS HARBOR,ISLAND,JEFFERSON, KING,KITSAP, KITTITAS,LEWIS, MASON, PACIFIC,PIERCE,SKAGIT,SNOHOMISH,THURSTON, WHATCOM AND YAKIMA Classification Corrected Rate Incorrect Rate SCREED MAN $47.91 $47.42 1 1 1 111 I IPREVAILING WAGE RATES FOR KING COUNTY IAPPRENTICES EFFECTIVE DATE 3/4/2009 1 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS I1 0000-1000 HOURS 50.00% $20.29 1H 5D 2 1001-2000 HOURS 60.00% $23.26 1H 50 3 2001-3000 HOURS 75.00% $29.96 1H 5D I 4 3001-4000 HOURS 90.00% $34.85 1H 5D 1 0000-1000 HOURS 60.00% $26.26 1H 5D 2 1001-2000 HOURS 70.00% $29.22 1H 5D 3 2001-3000 HOURS 80.00% 03219 1H 5D 4 3001-4000 HOURS 90.00% $35.15 1H 50 BOILERMAKERS JOURNEY LEVEL I 1 0000-1000 HOURS 70.00% $23.32 1 2 1001-2000 HOURS 75.00% $24.99 1 3 2001-3000 HOURS 80.00% $26.66 1 I 4 3001-4000 HOURS 85.00% $28.32 1 5 4001-5000 HOURS 90.00% $29.99 1 6 5001-6000 HOURS 95.00% $31.65 1 BRICK AND MARBLE MASONS I JOURNEY LEVEL 1 0000-0750 HOURS 50.00% $27.12 1M 5A 2 0750-2250 HOURS 55.00% '$28.78 1M 5A I 3 2550-3000 HOURS 60.00% $30.44 1M 5A 4 3000-3750 HOURS 70.00% $33.75 IM 5A 5 3750-4500 HOURS 80.00% 037.07 1M 5A 6 4500-5250 HOURS 90.00% $40.38 1M 5A I 7 5250-6000 HOURS 95.00% $42.04 1M 5A CARPENTERS CARPENTER I1 0000-1000 HOURS 60.00% $28.07 1M 5D 2 1001-2000 HOURS 65.00% $34.05 1M 5D 3 2001-3000 HOURS 70.00% $35.78 1M 5D I 4 3001-4000 HOURS 75.00% $37.51 1M 5D 5 4001-5000 HOURS 80.00% $3924 IM 5D 6 5001-6000 HOURS 85.00% $40.97 1M 5D 7 6001-7000 HOURS 90.00% $42.70 1M 5D I8 7001-8000 HOURS 95.00% $44.43 1M 5D DRYWALL APPLICATOR DRYWALL,METAL STUD,AND CEILING APPLICATORS I 1 0000-0700 HOURS 50.00% $24.75 IM 5D 2 0701-1400 HOURS 60.00% $32.48 1M 5D 3 1401-2100 HOURS 68.00% $35.27 1M 5D I 4 2101-2800 HOURS 76.00% $38.06 1M 50 5 2801-3500 HOURS 84.00% $40.84 1M 50 Page 1 I PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 1 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 6 3501-4200 HOURS 92.00% $43.63 1M 5D ACOUSTICAL WORKER 1 0000-1000 HOURS 50.00% $24.70 1M 5D 2 0701-1400 HOURS 60.00% $32.42 1M 5D I 3 1401-2100 HOURS 68.00% $35.20 1M 5D 4 2101-2800 HOURS 76.00% $37.98 1M 5D 5 2801-3500 HOURS 84.00% $40.76 1M 5D 6 3501-4200 HOURS 92.00% $43.54 1M 5D MILLWRIGHT AND MACHINE ERECTORS 1 1st Period 60.00% $28.67 1M 5D 2 2nd Period 65.00% $34.70 1M 5D 3 3rd Period 70.00% $36.48 .1 M 5D 4 4th Period 75.00% $38.26 1M 5D 5 5th Period 80.00% $40.04 1M 5D 6 6th Period 85.00% $41.82 1M 5D 7 7th Period 90.00% $43.60 1M 51) 8 8th Period 95.00% $45.38 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING 1 1st Period 60.00% $28.19 1M 5D 2 2nd Period 65.00% $34.18 1M 5D 3 3rd Period 70.00% $35.92 1M 5D 4 4th Period 75.00% $37.66 1M 5D 5 5th Period 80.00% $39.40 1M 5D 6 6th Period 85.00% $41.14 1M 5D 7 7th Period 90.00% $42.88 1M 5D 8 8th Period 95.00% $44.62 1M 5D BRIDGE,DOCK AND WARF CARPENTERS 1 1st Period 60.00% $28.07 1M 5D ' 2 2nd Period 65.00% $34.05 1M 5D 3 3rd Period 70.00% $35.78 1M 5D 4 4th Period 75.00% $37.51 1M 5D I 5 5th Period 80.00% $39.24 1M 5D 6 6th Period 85.00% $40.97 1M 50 7 7th Period 90.00% $42.70 1M 5D I 8 8th Period 95.00% $44.43 1M 5D CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $29.47 1M 5D I 2 1001-2000 HOURS 60.00% $32.94 1M 5D 3 2001-3000 HOURS 70.00% $36.41 1M 5D 4 3001-4000 HOURS 80.00% $39.87 1M 5D 5 4001-5000 HOURS 90.00% $43.34 1M 5D 111 6 5001-6000 HOURS 95.00% -$45.08 1M 5D DRYWALL TAPERS Page 2 I 4 .1 IPREVAILING WAGE RATES FOR KING COUNTY IAPPRENTICES EFFECTIVE DATE 1 3/4/2009 Prevailing Overtime Holiday Note ' Stage of Progression&Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $30.04 1E 5P I 2 1001-2000 HOURS 55.00% $31.67 IE 5P 3 2001-3000 HOURS 65.00% $34.93 1E 5P 4 3001-4000 HOURS 75.00% $38.19 IE 5P 5 4001-5000 HOURS 85.00% $41.45 IE 5P I 6 5001-6000 HOURS 90.00% $43.08 IE 5P ELECTRICIANS-INSIDE JOURNEY LEVEL I 1 0000-1000 HOURS 45.00% $25.75 IE 5A 2 1001-2000 HOURS 50.00% $27.80 1E 5A 3 2001-3500 HOURS 55.00% $33.11 1E 5A 4 3501-5000 HOURS 65.00% $37.81 1 E 5A ' 5 5001-6500 HOURS 75.00% $42.51 1E 5A 6 6501-8000 HOURS 85.00% $47.20 1E 5A ELECTRICIANS-POWERLINE CONSTRUCTION I JOURNEY LEVEL LINEPERSON 1 0000-1000 HOURS 60.00% $33.91 4A 5A 2 1001-2000 HOURS 63.00% $35.18 4A 5A I 3 2001-3000 HOURS 67.00% $36.88 4A 5A I 4 3001-4000 HOURS 72.00% $38.98 4A 5A 5 4001-5000 HOURS 78.00% $41.51 4A 5A 6 5001-6000 HOURS 86.00% $44.89 4A 5A 7 6001-7000 HOURS 90.00% $46.59 4A 5A POLE SPRAYER 1 0000-1000 HOURS 85.70% $44.76 4A 5A I 2 1001-2000 HOURS 89.80% $46.49 4A 5A 3 2001-3000 HOURS 92.80% $47.76 4A 5A ELEVATOR CONSTRUCTORS I MECHANIC 1 0000-1000 HOURS 50.00% $21.46 4A 6Q 2 1001-1700 HOURS 55.00% $43.49 4A 6Q I3 1701-3400 HOURS 65.00% $48.03 4A 6Q 43401-5100 HOURS 70.00% $50.91 4A 6Q 1 5 5101-6800 HOURS 80.00% $55.55 4A 6Q ELECTRONIC TECHNICIANS IELECTRONIC TECHNICIANS JOURNEY LEVEL I 1 0000-1000 HOURS 55.00% $17.05 i 2 1001-2000 HOURS 60.00% $18.60 1 I 3 2001-3000 HOURS 65.00% $20.15 1 4 3001-4000 HOURS 70.00% $21.70 1 5 4001-5000 HOURS 75.00% $23.25 1 6 5001-6000 HOURS 80.00% $24.80 1 7 6001-7000 HOURS 85.00% $26.35 1 Page 3 I PREVAILING WAGE RATES I ' FOR KING COUNTY APPRENTICES ' EFFECTIVE DATE 3/4/2009 Prevailing .Overtime Holiday Note Stage of Progression&Hour Range Wage Code - Code Code 8 7001-8000 HOURS 95.00% $29.45 1 E. II TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL • 1 0000-1000 HOURS 55.00% $12.52 1 2 1001-2000 HOURS 60.00% $13.66 1 ' 3 2001-3000 HOURS 65.00% $14.79 1 4 3001-4000 HOURS 70.00% $15.93 1 5 4001-5000 HOURS 75.00% $17.07 1 6 5001-6000 HOURS 80.00% $18.21 1 7 6001-7000 HOURS 85.00% $19.35 1 8 7001-8000 HOURS 95.00% $21.62 1 GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $25.15 1Y 5G 2 1001-2000 HOURS 55.00% $27.16 1Y 5G 3 2001-3000 HOURS 60.00% $29.17 1Y 5G 4 3001-4000 HOURS 65.00% $31.18 1Y 5G 5 4001-5000 HOURS 70.00% $33.19 1Y 5G I 6 5001-6000 HOURS 75.00% $35.20 1Y 5G 7 6001-7000 HOURS 80.00% $37.21 1Y 5G 8 7001-8000 HOURS 90.00% $41.23 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000-2000 HOURS 45.00% $28.92 1S 5J I 2 2001-4000 HOURS 55:00% $32.31 1S 5J 3 4001-6000 HOURS 65.00% $35.70 15 5J 4 6001-8000 HOURS 75.00% $39.10 1S 5J 5 8001-10000 HOURS 85.00% $42.49 15 5J I HOD CARRIERS&MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60.00% $26.26 1H 5D I 2 1001-2000 HOURS 70.00% $29.22 1H 5D 3 2001-3000 HOURS 80.00% $32.19 1H 5D 4 3001-4000 HOURS 90.00% $35.15 1H 5D I INSULATION APPLICATORS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $24.62 1M 5D 11 2 1001-2000 HOURS 60.00% $32.32 1M 5D 3 2001-3000 HOURS 75.00% $37.51 1M 5D 4 3001-4000 HOURS 90.00% $42.70 1M 5D IRONWORKERS JOURNEY LEVEL. 1 0000-0750 HOURS 65.00% $28.52 10 5A 2 0751-1500 HOURS 70.00% $30.24 10• 5A I Page 4 it I I IPREVAILING WAGE RATES FOR KING COUNTY . APPRENTICES EFFECTIVE DATE 1 3/4/2009 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code li I 3 1501-2250 HOURS 75.00% $42.41 10 5A 4 2251-3000 HOURS 80.00% $44.13 10 5A 5 3001-3750 HOURS 90.00% $47.57 10 5A t 6 3751-4500 HOURS 90.00% $47.57 10 5A 7 4501-5250 HOURS 95.00% $49.29 10 5A 8 5251-6000 HOURS 95.00% $49.29 10 5A LABORERS IGENERAL LABORER 1 0000-1000 HOURS 60.00% $26.26 1H 5D 2 1001-2000 HOURS 70.00% $29.22 1H 5D I3 2001-3000 HOURS 80.00% $32.19 1 H 5D 4 3001-4000 HOURS 90.00% $35.15 IH 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER III 1 0000-1000 HOURS 60.00% $26.26 1H 5D 2 1001-2000 HOURS 70.00% $29.22 1H 5D I 3 2001-3000 HOURS 80.00% $32.19 1H 5D 4 3001-4000 HOURS 90.00% $35.15 IH 50 LATHERS JOURNEY LEVEL I1 0000-0700 HOURS 50.00% $24.75 1M 5D 2 0701-1400 HOURS 60.00% $32.48 1M 5D 3 1401-2100 HOURS 68.00% $35.27 1M 5D I 4 2101-2800 HOURS 76.00% $38.06 1M 5D 5 2801-3500 HOURS 84.00% $40.84 IM 5D 6 3501-4200 HOURS 92.00% $43.63 1M 5D I PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52.00% $20.35 2B 6Z I 2 0751-1500 HOURS 56.00% $21.44 2B 6Z 3 1501-2250 HOURS 60.00% $22.54 2B 6Z 42251-3000 HOURS 64.00% $24.52 2B 6Z 5 3001-3750 HOURS 68.00% $25.66 2B 6Z 6 3751-4500 HOURS 72.00% $26.82 2B 6Z I PLASTERERS JOURNEY LEVEL I 1 0000-1000 HOURS 40.00% $24.08 1R 5B 2 1001-2000 HOURS 50.00% $30.13 IR 5B 3 2001-3000 HOURS 60.00% $33.07 1R 5B 4 3001-4000 HOURS 70.00% $36.01 1R 5B I 5 4001-5000 HOURS 80.00% $38.95 1R 56 6 5001-6000 HOURS 90.00% $41.89 1R 5B 7 6001-7000 HOURS 95.00% $43.36 1R 56 IPLUMBERS&PIPEFITTERS Page 5 I PREVAILING WAGE RATES I FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 I Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-2000 HOURS 50.00% $34.48 1G 5A 2 2001-4000 HOURS 62.50% $45.95 1G 5A 3 4001-6000 HOURS 70.00% $49.20 1G 5A 4 6001-8000 HOURS 75.00% $51.37 1G 5A 5 8001-10000 HOURS 85.00% $55.70 1G 5A POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000-1000 HOURS 65.00% $35.43 2 1001-2000 HOURS 70.00% $37.09 I 3 2001-3000 HOURS 75.00% $38.74 4 3001-4000 HOURS 80.00% $40.39 5 4001-5000 HOURS 90.00% $43.70 6 5001-6000 HOURS 95.00% $45.35 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75.00% $27.82 4A 5A 2 1001-2000 HOURS 80.00% $29.14 4A 5A 3 2001-3000 HOURS 85.00% $30.44 4A 5A 4 3001-4000 HOURS 90.00% $31.50 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50.00% $32.62 1G 5A 2 2001-4000 HOURS 62.50% $42.66 1G 5A 3 4001-6000 HOURS 70.00% $46.26 1G 5A 4 6001-8000 HOURS 75.00% $48.63 1G 5A 5 8001-10000 HOURS 85.00% $53.40 1G 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1st Period 60.00% $14.08 1 2 2nd Period 65.00% $15.26 1 3 3rd Period 70.00% $16.43 1 4 4th Period 75.00% $17.60 1 5 5th Period 80.00% $18.78 1 6 6th Period 85.00% $19.95 1 7 7th Period 90.00% $21.12 1 8 8th Period 95.00% $22.30 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50.00% $13.12 1 2 0901-1800 HOURS 55.00% $14.43 1 3 1801-2700 HOURS 75.00% $19.68 1 4 2701-4000 HOURS 85.00% $22.30 1 RESIDENTIAL GLAZIERS Page 6 I I ii I PREVAILING WAGE RATES FOR KING COUNTY IAPPRENTICES EFFECTIVE DATE 1 3/4/2009 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code IJOURNEY LEVEL 1 0000-1000 HOURS 55.00% $20.54 1H 5G 2 1001-2000 HOURS 60.00% $21.95 1H 5G I 3 2001-3000 HOURS 65.00% $23.37 1 H 5G 4 3001-4000 HOURS 70.00% $24.79 1H. 5G 5 4001-5000 HOURS 80.00% $27.62 1H 5G I 6 5001-6000 HOURS 90.00% $30.46 IH 5G RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL 1 1 0000-1000 HOURS 55.00% $12.62 1 2 1001-2000 HOURS 65.00% $14.92 1 3 2001-4000 HOURS 75.00% $17.21 1 4 4001-6000 HOURS 85.00% $19.51 1 I RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) 1 0000-0900 HOURS 55.00% $10.71 1 I 2 0901-1800 HOURS 60.00% $11.69 1 3 1801-2700 HOURS 65.00% $12.66 1 4 2701-3600 HOURS 70.00% $13.64 1 5 3601-4500 HOURS 75.00% $14.61 1 I 6 4501-5400 HOURS 80.00% $15.58 1 ROOFERS JOURNEY LEVEL I 1 0000-0820 HOURS 60.00% $24.93 1 R 5A 2 0821-1630 HOURS 67.00% $26.87 1 R 5A 3 1631-2450 HOURS 74.00% $28.80 1R 5A I 4 2451-3270 HOURS 81.00% $33.03 1 R 5A 5 3271-4080 HOURS 88.00% $34.97 1R 5A 6 4081-4899 HOURS 95.00% $36.90 1R 5A SHEET METAL WORKERS IJOURNEY LEVEL(FIELD OR SHOP) 1 0000-2000 HOURS 45.00% $23.63 1E 6L 2 2001-3000 HOURS 50.00% $34.27 1E 6L I 3 3001-4000 HOURS 55.00% $36.24 1E 6L 4 4001-5000 HOURS 60.00% $38.22 IE 6L 5 5001-6000 HOURS 65.00% $40.20 i E 6L I 6 6001-7000 HOURS 70.00% $42.16 IE 6L 7 7001-8000 HOURS 75.00% $44.14 1E 6L 8 8001-9000 HOURS 80.00% $46.11 1E 6L 9 9001-10000 HOURS 85.00% $47.99 1E 6L I SHIPBUILDING&SHIP REPAIR • MACHINIST 1 1st Period 60.00% $22.80 1B 6X I2 2nd Period 70.00% $25.03 1B 6X Page 7 1 I PREVAILING WAGE RATES I FOR KING COUNTY APPRENTICES I EFFECTIVE DATE Page 83/4/2009 I Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 3 3rd Period 80.00% $27.25 18 6X SHIPFITTER 1 1st Period 70.00% $23.96 18 6X 2 2nd Period 75.00% $25.02 1B 6X 3 3rd Period 80.00% $26.08 1B 6X 4 4th Period 85.00% $27.14 18 6X 5 5th Period 90.00% $28.20 1B 6X 1 6 6th Period 95.00% $29.26 15 6X WELDER/BURNER 1 1st Period 70.00% $23.96 18 6X 1 2 2nd Period 75.00% $25.02 1B 6X 3 3rd Period 80.00% $26.08 1B 6X 4 4th Period 85.00% $27.14 18 6X 5 5th Period 90.00% $28.20 1B 6X 6 6th Period 95.00% $29.26 18 6X CARPENTER 1 1st Period 60.00% $22.57 18 6X 2 2nd Period 65.00% $23.78 18 6X 3 3rd Period 70.00% $24.98 1B 6X 4 4th Period 75.00% $26.18 1B 6X 5 5th Period 80.00% $27.38 18 6X 6 6th Period 85.00% $28.58 1B 6X 7 7th Period 90.00% $29.79 1B 6X ELECTRICIAN 1 1st Period 70.00% $24.66 1B 6X 2 2nd Period 75.00% $25.87 1B 6X 3 3rd Period 80.00% $27.07 1B 6X 4 4th Period 85.00% $28.27 1B 6X 5 5th Period 90.00% $29.47 18 6X 6 6th Period 95.00% $30.67 1B 6X SHEET METAL 1 1st Period 70.00% $24.71 1B 6X 2 2nd Period 80.00% $27.07 18 6X 3 3rd Period 90.00% $29.42 18 6X RIGGER 1 1st Period 70.00% $23.81 1B 6X 2 2nd Period 75.00% $24.87 1B 6X 3 3rd Period 80.00% $25.93 1B 6X 4 4th Period 85.00% $26.99 18 6X 5 5th Period 90.00% $28.05 1B 6X 6 6th Period 95.00% $29.11 1B 6X SOFT FLOOR LAYERS 1 I I I PREVAILING WAGE RATES FOR KING COUNTY IAPPRENTICES EFFECTIVE DATE 3/4/2009 I Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 1 JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $19.00 1B 5A 2 1001-2000 HOURS 60.00% $25.25 1B 5A I 3 2001-3000 HOURS 70.00% $28.48 1B 5A 4 3001-4000 HOURS 75.00% $30.10 1B 5A 5 4001-5000 HOURS 80.00% $31.71 1B 5A 6 5001-6000 HOURS 85.00% $33.33 1B 5A I 7 6001-7000 HOURS 90.00% $34.95 1B 5A 8 7001-8000 HOURS 95.00% $36.57 18 5A SPRINKLER FITTERS(FIRE PROTECTION) IJOURNEY LEVEL 1 1st Period 40.00% $25.09 1X 5C 2 2nd Period 42.00% $25.93 1X 5C I 3 3rd Period 44.00% $2729 IX 5C 4 4th Period 47.00% $28.55 1X 5C 5 5th Period 52.00% $34.21 1X 5C 6 6th Period 57.00% $36.33 1X 5C I 7 7th Period 62.00% $38.69 IX 5C 8 8th Period 65.00% $39.96 IX 5C 9 9th Period 75.00% $44.68 1X 5C 110 10th Period 80.00% $46.76 1X 5C TILE,MARBLE&TERRAZZO FINISHERS FINISHER I 1 0000-1000 HOURS 50.00% $25.38 16 5A 2 1001-2500 HOURS 55.00% $26.91 18 5A 3 2501-3500 HOURS 60.00% $28.42 1B 5A 4 3501-4500 HOURS 70.00% $31.50 1B 5A I TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $26.03 1M 5A I 2 1001-2500 HOURS 55.00% $27.62 1M 5A 3 2501-3500 HOURS 60.00% $29.21 1M 5A 4 3501-4500 HOURS 70.00% $32.40 1M 5A I 5 4501-5500 HOURS 80.00% $35.59 IM 5A 6 5501-6250 HOURS 90.00% $38.77 1M 5A 7 6251-7000 HOURS 95.00% $40.37 1M 5A TRAFFIC CONTROL STRIPERS IJOURNEY LEVEL 1 0000-0500 HOURS 60.00% $15.90 1K 5A 2 0501-1000 HOURS 60.00% $21.22 1K 5A I 3 1001-2333 HOURS 60.00% $24.95 1 K 5A 4 2334-4666 HOURS 73.00% $29.16 1K 5A 5 4667-7000 HOURS 88.00% $34.01 1K 5A TRUCK DRIVERS I Page 9 1 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 1 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70.00% $34.28 1T 5D 8L 2 0701-1400 HOURS 80.00% $37.34 1T 5D 8L 1 3 1401-2100 HOURS 90.00% $40.39 1T 5D 8L 1 I 1 1 I I 1 1 I Page 10 1 BENEFIT CODE KEY-EFFECTIVE 03-04-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 111 B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2) HOURS BEFORE OR AFTER A FIVE- EIGHT(8) HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED,EXCEPT LABOR DAY,SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. PG. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY IRATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE E HOURLY RATE OF WAGE. J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN(10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. IK. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE I HOURLY RATE OF WAGE. O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -2- I 1. Q. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY.WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF STRAIGHT TIME I PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS(12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE i HOURLY RATE OF WAGE. ii V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.WHEN A FOUR(4)DAY,TEN (10)HOUR WORKWEEK IS ESTABLISHED,ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE-AND-ONE- HALF TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY-THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY(10 HOURS PER DAY FOR A 4 X 10 WORKWEEK)AND ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND.ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE I AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE.'ALL HOURS WORKED[N EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. .1 B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 1 BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -3- C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. d. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY)AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY(60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING,THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES I • BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -4- 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY. MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(I I). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9) L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 I/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: •NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. I BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -5- X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, I B. THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). E. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, ' INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). L HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING-DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY.. PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEES BIRTHDAY(I I). i BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -6- Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). Z.. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSG WING DAY,FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO ISO'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -CLASS A SUIT:$2.00, I CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. I I I I I I I I APPENDIX C-STANDARD PLANS CITY OF RENTON 111 i 1 1 APPENDIX C STANDARD PLANS I I I I . [ 2009 STREET OVERLAY WITH CURB RAMPS r MI MI MI N = I N M N I In M X M. — M MIS 1. CEMENT CONCRETE CURBS as shown in the plans shall meet the requirements of the City 18. HIGH VISIBILITY FENCE as shown in the plans shall meet the requirements of the WSDOT of Renton Standard Plan. Standard Plan. 2. CEMENT CONCRETE CURB TREATMENT AT DRAINAGE STRUCTURE as shown 19. WORK ZONE TRAFFIC CONTROL PLANS submitted for approval shall meet the in the plans shall meet the requirements of the City of Renton Standard Plan. requirements of the WSDOT Standard Plans. 3. CEMENT CONCRETE DRIVEWAY ENTRANCE Types RI,C2,C3,and C-MAX(with or 20. MOTORCYCLE SUPPLEMENTAL SIGNING as shown in the plans shall meet the without buffer)where shown in the plans,shall meet the requirements of the City of Renton requirements of the WSDOT Standard Plan. Standard Plan. 21. TEMPORARY CHANNELIZATION as shown in the plans shall meet the requirements of the 4. CEMENT CONCRETE SIDEWALK as shown in the plans shall meet the requirements of the WSDOT Standard Plan. City of Renton Standard Plan. Monolithic Cement Concrete Curb and Sidewalk,if installed, will not be accepted by the Owner. 22. CLASS A CONSTRUCTION SIGNING INSTALLATION as shown in the plans shall meet the requirements of the WSDOT Standard Plan. 5. ASPHALT PATCHING,as shown in the plans,shall meet the requirements of the following City of Renton Standard Plans: 23. TYPE 3 BARRICADE as shown in the plans shall meet the requirements of the WSDOT CURB AND GUTTER REPLACEMENT DETAIL, Standard Plan. TYPICAL LONGITUDINAL PATCH AND OVERLAY FOR FLEXIBLE PAVEMENT,or 24. TEMPORARY CONCRETE BARRIER as shown in the plans shall meet the requirements of TYPICAL TRANSVERSE PATCH FOR FLEXIBLE PAVEMENT the WSDOT Standard Plan. All Temporary Concrete Barrier shall be anchored per the requirements of the WSDOT Standard Plan. 6. SIDEWALK RAMP Type 1,Type 2,and Type 3A,where shown in the plans,shall meet the requirements of the City of Renton Standard Plan. 25. ACCESS CONTROL GATES as shown in the plans shall meet the requirements of the WSDOT Standard Plan. 7. SIDEWALK RAMP Type 3B,Type 4A,Type 4B,or Type 4C,where shown in the plans,shall meet the requirements of the WSDOT Standard Plan. Type 5 shall not be used. 26. GORE AREA MARKINGS as shown in the plans,whether painted,thermoplastic,or supplemented and/or substituted with Raised Pavement Markers,shall meet the requirements of 8. GROUND MOUNTED SIGN PLACEMENT shall meet the requirements of the WSDOT the WSDOT Standard Plan. Standard Plan. 27. TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION as shown in the plans shall 9. TIMBER SIGN SUPPORTS as shown in the plans shall meet the requirements of the WSDOT meet the requirements of A Policy On Geometric Design Of Highways And Streets,the Standard Plan. American Association of State Highway and Transportation Officials(AASHTO),Fifth Edition. W. SIGN INSTALLATION ON SIGNAL AND LIGHT STANDARDS as shown in the plans shall 28. HIGH OCCUPANCY VEHICLE(HOV)LANE MARKINGS as shown in the plans,whether meet the requirements of the WSDOT Standard Plan. painted or thermoplastic,shall meet the requirements of the WSDOT Standard Plan. 11. SIGN BRACING as shown in the plans shall meet the requirements of the WSDOT Standard 29. BICYCLE LANE MARKINGS as shown in the plans,whether painted or thermoplastic,shall Plan. meet the requirements of the WSDOT Standard Plan. 12. MAILBOX SUPPORT Type 1,Type 2,or Type 3,as shown in the plans shall meet the 30. RAILROAD CROSSING MARKINGS as shown in the plans,whether painted or thermoplastic, requirements of the WSDOT Standard Plan. Snow Guards shall be omitted from the shall meet the requirements of the WSDOT Standard Plan. installation. 31. LONGITUDINAL MARKING PATTERNS("Lane Lines")as shown in the plans,shall meet 13. MAILBOX CLUSTER BOX UNIT(CBU)AND SIDEWALK WIDENING as shown in the the requirements of the City of Renton CHANNELIZATION MARKERS DETAIL plans shall meet the requirements of the City of Renton Standard Plan. Standard Plan. 14. MONUMENT CASE AND COVER,as shown in the plans shall meet the requirements of the The WSDOT Standard Plans are available in PDF Format at: City of Renton Standard Plan. http://www.wsdot.wa.gov/eesc/design/designstandards/HTM/TOC.htm 15. BOLLARD Type 1 or Type 2,as shown in the plans shall meet the requirements of the WSDOT The City of Renton Standard Details are available in PDF Format at: Standard Plan. 16. SURVEY STAKE MARKINGS shall meet the requirements of the WSDOT Standard Plan. 17. EROSION CONTROL Measures as shown In the plans,whether Silt Fence,Storm Drain Inlet STREETS Protection,Check Dams,Straw Bale Barriers,Wattles,or Blankets,shall meet the requirements STANDARD PLAN 100 May, 2009 of the corresponding WSDOT Standard Plan. I - i GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. I3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.2. FACE OF CURB 11, 61/2' 5 1/2" 1' 1/2'R 1"R MATCH /— 1" ROADWAY 6" CEMENT CONCRETE / �� SLOPE TOP OF 112'R. r I 1.R SIDEWALK RAMP tO 1/2'R. ROADWAY VARIES OR LANDING �, FROM TNI D .D• r 6"TOO • D •• • • D ' • f0 6" I=Min 1/4"PREMOLDED 1'_6^ I JOINT FILLER CEMENT CONCRETE CEMENT CONCRETE TRAFFIC CURB AND GUTTER PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS J FACE OF ADJACENT CURB 6 1/2' FLUSH WITH GUTTER PAN AT SIDEWALK FACE OF ADJACENT CURB, RAMP ENTRANCE 1:12 MAX 3% 6112" SEE DEPRESSED CURB DETAIL THIS SHEET 1 !. p. . TOPOF ROADWWAY 3°/D_kg TOP OF 1° 1/2"R. ROADWAY —2i. CIVII'110, I' G •' 11_6^ D .D •D •. D . fD DEPRESSED CURB SECTION 1 AT SIDEWALK RAMPS i'-6" FACE OF CURB DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. 61/2^ FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 51/2" 1' i1/2"R 1°R FACE OF ADJACENT CURB D • io TOP OF ROADWAY o I GUTTER SURFACE Ztr;_. er • • r ' . D. • D- • • Ilk . D D a1. D D ••OD ' D "D D . I CEMENT CONCRETE DEPRESSED CURB DETAIL TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS.AND ALLEYS ,`'VY O STD. PLAN — 101 +6M ; PUBLIC WORKS DEPARTMENT CEMENT CONCRETE CURBS tivls° MAY 2009 I i SEE NOTE 2 SEE NOTE 2 _ 2' - 0" m r IIrIipIrI ' I I 1 orit-ori1 IFIE-f1 Ito 1 1 I iilFil�l�io I I 3/8" PREMOLDED JOINT FILLER (T1P) L J CEMENT CONCRETE CURB AND GUTTER 5" 5" I PLAN VIEW I FACE OF CENTERLINE OF ,......,5—,......,5—CURB _S FRAME 8 GRATE 6 1/2" 13" 5 1 2" 1" (1.08') FRAME AND GRATE--NOT INCLUDED 1/2" R. MATCH ' OWAY IN CURB AND GUTTER BID ITEM SLOPE I TOP OF D:'••. • 1" R I 1Ri"CESS ROADWAY D' • y D ' / --i...., • I • • D D D•.. - D- . • ADJUSTMENT SECTION—NOT INCLUDED :D• .e• IN CURB AND GUTTER BID ITEM CATCH BASIN-.NOT INCLUDED IN CURB AND GUTTER BID ITEM SECTIONAO GENERAL NOTES: k 1. The intent of this design is to facilitate the removal '` • of a catch basin with minimal disturbance �i�.C�= of the curb. ��� '�. • - 2. The expansion joints of the ' j - - adjacent sidewalk shall �� �� '/. . be adjusted to be in . y - :_. :- I line with these cuff •i: ; expansion joints. . ' I , .1 I ISOA'.ETRIC VIEW I ~.SY CEMENT CONCRETE CURB STD. PLAN — 101.1 + 4 VA + PUBLIC WORKS INSTALLATION AT ?� o� DEPARTMENT CATCH BASINS MAY 2009 . • 1 I1=0" ... IN 6" 4,. SIDEWALK 51 12" VARIES:5'-6'MIN. i 172•R 1'R 12"R(lYP.) CURB NOT $ Ø . INCLUDED 1 4' iti t •1/4-PREMOLDED SEE RAISED JOINT FILLER I EDGE DETAIL • NOTE EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARIES ^_ VW TO 174• SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TOA WALL(SEE DETAIL) I (WHEN SPECIFIED) SIDEWALK VARIES:5'-0°MN. BUFFER STRIP V •717:6 16 1l2'R(TYP.) CURB NOT I • r 2% j 2%MA%_ IN 2%MAX 1N BID ITEM 1i\�i\�\�\����� ''•.'... ©CONTRACTION JOINT I CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK VARIES SIDEWALK MAY BE ADJACENT 12'R SLOPE ROUNDING TOA WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK • VARIES:S'-6"MIN. Ing , ige CURB NOT 174'PREMOLDED 12"R(TYP.) ER INCLUDED JOINT FILL 2% ; 2%MAX IN BID ITEM -9•Vie N. ";.'.*!.'••.''...••'''•-••!"'-•••Il . ... . ... . ... SIDEWALK ADJACENT TO WALL JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB 1 51,If 0 BROOMED FINISH • �'O� \\ 4"OWELSMOOTH aR TROWELED PERIMETER Jr \ . 'CEMENTCONCRETECURB Oro \. O \\ (CURB AND GUTTER SHOWN) \ ':`: • •NOT INCLUDED IN BID ITEM 11.-318" II \ \\. - \\ CONrr:AcnoN w•hiriA \ \ . -� .INSIOEWAIKONLY FULL-DEPTH I 41.01 \ /:'.,' .:,. PREMOLDED \' 44t,...,� EJO'Ar(S10N JOINT IN BOTH CURB AND JOINT FILLER \\ f .:..-_SIDEWALK(SEE STD PLAN 101.1) EO EXPANSION JOINT \ 101NTAND FINISH kli ' ,.: " DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. 'SYfa Iis + PUBLIC WORKS CEMENT CONCRETESTD• PLAI1 - 102 DEPARTMENT SIDEWALK tip MAY 2009 I . I NOTES: I1. 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 Policy on Geometric Design of Highways and Streets. I 2. Utilities shall be relocated outside the traveled way of the walkway. 3. Utilities that must remain are to be made non-slip through use of the[ lista proprietarysystem here]. Existing meter reading devices shall not be harmed by the application of[ this system]. I 4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip. 5. Drainage appurtenances,such as manholes,catch basins,etc.will not be permitted in the sidewalk surface. These shall be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A pedestrian traffic control plan shall be submitted to the City for review. I I 1 I I 1 I I I I I 'YY eigto+ PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN "' 102.1 I DEPARTMENT CEMENT CONCRETE SIDEWALK gyp MAY 2009 I . • I • I I / EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT Sc GUTTER (SEE NOTE 2) 1 SAWCUT (SEE NOTE 2) , •°, .. I*•e.•�•will or1;•—•—•v..,�• ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK i RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK 11 1 NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. I 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT I PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN 101 FOR CEMENT CONCRETE CURBS. I slY 0 + + PUBLIC WORKS CURB AND GUTTER • PLAN — 103 STD �,� � DEPARTMENT REPLACEMENT DETAIL MAY 2009 I . . I BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'MIN.-15'MAX 6'MIN.-1S MAX.- 10 AX10 LF OF PAVED DRIVEWAY REQUIRED I 3/8"EXPANSION JOINT(TYP.) CEMENT (SEE STD.PLAN 102) CONCRETE SIDEWALK _, X =� X X I O_ O_ O Q Q W T Cll O_�I X ?C I SEE NOTE 7 CEMENT CONCRETE RAMP WITH 12H:1V ( B ) CURB&GUTTER SLOPE(TYP.) --1r/ (SEE NOTE 3) 318"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR) (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN.-15'MAX (SEE NOTE 7) 6'MIN.-15'MAX. ^� SEE NOTE 8((VP). `v `v 3l3llail 1111111111 MIE BM 16111101111"al MIME 10"MIN. 10"MIN. 10"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) SECTION O 1/2"R(TYP.) 1 SIDEWALK WIDTH VARIES J 2%MAX .11---- 1 ---.7 L10°MIN. • ••• DRIVEWAY SEE DETAIL ON STD PLAN 1042 SECTION OB �. r`5. *-....__(p. / CEMENT CONCRETE c P ° / CURB&GUTTER c.o?•-- . (SEE NOTE 3) 10 LF OF PAVED I DRIVEWAY REQUIRED DEPRESSED MONOUTHIC •CURB&GUTTER CEMENT CONCRETE / :?;(SEE DETAIL SHEET 1042) SIDEWALK 0„0,1/ 1 `?_� 0,,,,,,,„0. • TYPE C2—ISOMETRIC VIEW (30'WIDE COMMERCIAL) For NOTES see sheet 104.2 •‘. 1. 0CEMENT CONCRETE DRIVEWAY STD. PLAN - 104 ®® + PUBLIC WORKS ENTRANCE - TYPES Cl, C2, �� 0,� DEPARTMENT C3, and C-MAX MAY 2009 I I BID ITEM(INCLUDES SIDEWALK RAMPS) - RAMP(VARIES) I VARIES:14'MIN.-20'MAX. RAMP(VARIES) 6'MIN.-15'MAX + r 6'MIN.-15 MAX I 10 LF OF PAVED DRIVEWAY REQUIRED 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) I i CEMENT CONC.SIDEWALK xi 1( X X X I o 0 N 1_ i g Q —O I 'n' X I' X X SEE NOTE 1 -510 CEMENT CONCRETE 3/8"EXPANSION JOINT(TY (SEE NOTE 3) (SEE STD.PLAN 102) 1 PLAN VIEW -• VARIES(VARIES) VARIES RAMP(VARIES) 6'MIN.-15 MAX. 14'MIN. 6'MIN.-15'MAX. 20'MAX 1 SEE NOTE 8(TYP). I -MEM giall 6"MIN. asi swat ammo tigsgassavfilmung"6"MIN. 6"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION OA (SEE STD.PLAN 102) I 1/2"R(TYP.) SIDEWALK WIDTH DEPRESSED CURB&GUTTER I VARIES 2,h MAX (SEE NOTE 3) I DRIVEWAY L SECTION O 10 LF OF PAVED ,1„" DRIVEWAY REQUIRED „„o"' ,,," CEMENT CONCRETE CURB&GUTTER =•!3. (SEE NOTE 3) CONCRETE DEPRESSED I SIDEWALK ::CURB&GUTTER EE NOTE 3) . noon„nn '"" TYPE R1 -ISOMETRIC VIEW (RESIDENTIAL) For NOTES see sheet 104.2 ` X o STD. PLAN - 104.1 I .mit + PUBLIC WORKS10# CEMENT CONCRETE DRIVEWAY "� DEPARTMENT ENTRANCE - TYPE R1 'E'� MAY 2009 I I y,0� I �1\ ,4.3...440011110.-C-91- 0������ ' au J�. 44 Goo.,* -.`� CEMENT CONCRETE CURB&GUfTER (SEE NOTE 3) 10 LF OF PARED DRIVEWAY REQUIRED / CEMENT DEPRESSED MONOLITHIC CONCRETE ♦ CURB&GUTTER SIDEWALK (SEE DETAIL THIS SHEET) I �w y TYPE C2B—ISOMETRIC VIEW I -`� ,, (30'WIDE COMMERCIAL.WITH BUFFER) NOTES I 1. When a Type R1 or RIB(residential)driveway width exceeds 15 feet,construct a full depth expansion joint with 3/8"joint filler FACE OF CURB I along the driveway centerline(see std.plan 102). Construct SEE © SEE DEPRESSED CURB DETAIL expansion joints parallel with the centerline as required at 15' CONTRACTION JOINT 6 12" ON THIS SHEET maximum spacing when driveway widths exceed 30'. SW PLAN 102�r 1- b if1"R• TOP OF ROADWAY 2. See std.plan 102 for sidewalk details. . •: • : j" N I 3. Curb and gutter shown,other curb designs may be specified. See std.plan 101 for curb details. _ 4. Avoid placing drainage structures,junction boxes or otherI ' obstructions in front of driveway entrances. f'-6- 1'-6- 5. The engineer will design all driveways to include elevations at all NOTE DRNEWAY LONGITUDINAL EXPANSION points marked with symbol"X". All elevations are at the driveway JSHALL FULL finished surface. DEPRESSEDD M MONOLITHH IC CURB&GUTTER DETAIL I 6. Driveways not constructed as dimensioned will not be accepted by the owner. 7 a. Width of Type C1/C1B and alley entrances shall be 20'-0". I Width of Type C2/C2B(2-lane commercial)entrances shall be 30'-0". Width of Type C3/C3B(3-lane commercial)entrances shall be 38'-0". The expansion joints(see std.plan 102)shall FACE OF ADJACENT CURB be spaced as shown in the corresponding isometric view. I b. Maximum width of Type C-MAX or C-MAX with Buffer GUTTER SURFACE (Industrial,Warehouse,and Shopping Center uses only)shall be 50'-0"but shall not exceed 40%of the street frontage. The expansion joints(see std.plan 102)shall be spaced as shown D.. . I in the corresponding isometric view. °�.'. ,' . 1•R o 0 8. Slopes shall comply with sections R303.2.1 or R303.2.2 or R303.2.3 of the Public Rights of Way Access Guide(PROWAG). 9. Curb returns for any Type C-MAX Driveway may be approved on ° I- a case-by-case basis. DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Driveway Example: TYPE CIB I R--Residential, Commercial ' I Number of Lanes, (MAX=4 Lane Commerciap I B=Buffer(Planting Strip). Blank=No Buffer `V( O +j + PUBLIC WORKS CEMENT CONCRETE ENTRANCES - PLAN — 104.2 I 41 $ DEPARTMENT NOTES AND DETAILS MAY 2009 A' o • I , • ' • • , . 1 I BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) RAMP(VARIES) 6'MIN. 15 MAX 1 r- I 6'MIN.-15 MAX I 10 IF OF PAVED DRIVEWAY REQUIRED I 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 4111 I.I CEMENT CONC.SIDEWALK 1 Lail moil ilill EC! , 1 1 __._=.1...M_. SEE NOTE 1 CEMENT CONCRETE 318"EXPANSION JOINT(TYP.) B CUFtB&GUTTER (SEE NOTE 3) • (SEE STD.PLAN 102) IPLAN VIEW VARIES I RAMP(VARIES) 6'MIN.-15'MAX 20'MAX. • RAMP(VARIES) 6'MIN.-15'MAX. H SEE NOTE 8(TYP). It 4 I dISILINIftwassea 6'MIN. BEM MERE IZSISOMI 6"MIN. 6'MIN7 •• CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION 0 (SEE STD.PLAN 102) 1 112"R(Iw.) SIDEWALK DEPRESSED CURB 8 GUTTER VARIES (SEE NOTE 3) 2%MAX. 12H:1V MAX II6"MIN. DRIVEWAY SECTION 0 . . I . • 111110P,z, 1 10 LF OF PAVED DRIVEWAY REQUIRED • ,,....0°.'. ...•'...' . ''''cuCEMENTRB a GuCOTTERNCRETE . . .. • ICEMENT -" '... -. ' .•,:. (SEE NOTE 3) CONCRETE 4I1 SIDEWALK .4.:,:;5.:"'Z,;.•;-q:• - . ...:%'.7.1i,.:;•DEPRESSED ' •--.-,,. •• "CURB&GUTTER . ......,.......ee... ' -.:"Lt.:-*•"'" i(SEE NOTE 3) " y ---- "'" .*",„,.•'''''' ..:..::;:-.;;;I:".1 . 11-- '''"'.' - •••"'. • "...."-•:':•• . ' ,n..'"'''' :•-•:: - . ' TYPE R1B-ISOMETRIC VIEW .. .•- I - •.• .•. . •-• •••• (RESIDENTIAL,WITH BUFFER) For NOTES see sheet 104.2 r,SII 0 SM. PLAN — 104.3 — ft, + Am + PUBLIC WORKS CEMENT CONCRETE DRIVEWAY. II. .1.1 DEPARTMENT ENTRANCE - TYPE RIB MAY. 2009 AvNT,co I . . I BID ITEM(INCLUDES SIDEWALK RAMPS) I -6' RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'MIN.-15 MAX 6'MIN.-15'MAX. 10 LF OF PAVED I DRIVEWAY REQUIRED -NNN 3/8"EXPANSION JOINT(TYP.) I (SEE STD.PLAN 102) CEMENT CONCRETE SIDEWALK I x x x x iz L i XX O a 3 a I .. .x x x x , Ww t. WW mI -1 mZ . Z t 1X X x x I SEE NOTE 7 O i CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) 318"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3B SHOWN,CI B&C2B&C-MAX with buffer SIMILAR) (SEE NOTE 9) I RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN.-15'MAX. (SEE NOTE 7) 6'MIN.-15'MAX SEE NOTE 8(TYP). kr r it 31iliielli !lam Ell 1=1100111161141111 10"MIN. 10"MIN. I 10"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) SECTION O I 1/2"R(TYP.) SIDEWALK AT SEE DETAIL ON STD PLAN 1042I DRIVEWAY VARIES 1 2%MAX 12H:1_V MAx .. ®mar 10"MIN. DRIVEWAY 3/8"EXPANSION JOINT(TYP.) 1 (SEE STD.PLAN 102) SECTION 0 For NOTES see sheet 104.2 I Y0 I �'~ "`` PUBLIC WORKS ' CEMENT CONCRETE DRIVEWAY STD. PLAN - 104.4 + -` DEPARTMENT ENTRANCE - TYPES Cl B, C2B, ''P1pp C3B, and C-MAX with BUFFER MAY 2009 I 1 . I o? cA`�'��o Ilk. .Q 1 . 10LFOFPAVED DRIVEWAY REQUIRED ® CURB&GUTTERED MMONOLITHIC I CEMENT / • -(SEE DETAIL,SHEET 104.2) C • Io CEMENT CONCRETE : • CURB&GUTTER TYPE C3-ISOMETRIC VIEW (SEE NOTE 3) (38'WIDE COMMERCIAL) I �o� 1 ....SZV;(7.400100. `..... ,-.‘ ''''. ''`':te 4p off CEMENT CONCRETE <,..c-C'3'.--4-ti "' / CURB&GUTTER II?' (SEE NOTE 3) I 10 LF OF PAVED DRIVEWAY REQUIRED CEMENT .._ :DEPRESSED MONOLITHIC 1, CONCRETE .. CURB&GUTTER SIDEWALK . •• (SEE DETAIL,SHEET 1042) W �. 1' TYPE C3B-ISOMETRIC VIEW (38'WIDE COMMERCIAL,WITH BUFFER) Ioa110111111117.W � .0524". 1 J�Q.cOy CEMENT CONCRETE �� �c9-, 4io,.. 3 / CURB&GUTTER �o� 7 ". (SEE NOTE 3) 10 LF OF PAVED .• DRIVEWAY REQUIRED � ,, _i CEMENT /: :: " .: • 1 CONCRETE /•'" DEPRESSED MONOLITHIC SIDEWALK ♦ .a,:'.' CURB&GUTTER ' (SEE DETAIL,'SHEET 1042) .,�;; "" R f' TYPE C-MAX-ISOMETRIC VIEW 50'WIDE COMMERCIAL) (WITH OR WITHOUT BUFFER) 1 For NOTES see sheet 104.2 i ` Y CEMENT CONCRETE STD. PLAN - 104.5 GA�� ';'+ PUBLIC WORKS DEPARTMENT DRIVEWAY ENTRANCES 4N,rp'$ - VARIOUS ISOMETRIC VIEWS MAY 2009 I I i0.11 I i RAMP IS NORMAL TO CURBFACE TANGENTAND OPPOSITE FAR RAMP(TYP.) iT ,� I l i 1 r 1 /Mt Ii� LJ l M CEtYI MPT SIDEWALK 0 i RAMPTYPEI(fYP.) I SIDEWALK Sihki - 111141117 I SIDEWALK , oDETEcrAeLE TB'EXPANSION WARNING , PATrERN JOINT SEE ` SEE DET ILfrYP l( \ t A > IAsin.PLAN Iozl �/ FACE OF CURB,7„..,..._ � � 'Q 1O AT FACE OF CURB CU AN, G TTER�� � AND GUTTER'�---� CEMENT CONCRETE2'-6•jPLAN VIEW SIDEWALKRAMPTYPEI)--I--JLAYOUT PLI sEE NOTE 2SIDEWALE 12'-0'-DETECTABLE WARNING PATTERN(SEE DETAIL) S-Tr MIN. 6'-0'MIN. MINDING RAMPm• TOP Wi A I � I2%MAIC o oFLUSFI ROADWAY � g I ,...Ej....: Ol5MENT ® -n rCONCRETE %�.•'• ♦ReSIDEWALK CURB GUTTER A fPlaDEPRESSEDIN. MAx.SECTION O (SEE NOTE 5) - O516' 2 31B'BS!B' 112' IPUN C 7116' 3/4' �I J 0 716• 17116' SIDEWALK It _I S-6'MN. )I pi TOP OF THIS PATTERN AREA SWILL 2%MAX. 'v 2 ROADWAY ELEVATION BE YELLOW IN COLOR CEMENT CONCRETE DETECTABLE WARNING PATTERN DETAIL SIDEWALK CEMENT CONCRETE CURB 8 GUTTER SECTION O (SEE NOTE5) , 13'-o'MIN. NOTES to( 1. The bottom of the ramp shall have a landing area(not in excess of 2% 2%MAIL 'v /J- TOP OF in any direction)4'x 4'. ,( ROADWAY 2. Layout requires two(2)of this bid item:"CEMENT CONC.SIDEWALK CEMENT CONCRETE RAMP TYPE 1'. The bid item does not include the adjacent curb(orI SIDEWALK CEMENT CONCRETE curb&gutter),or sidewalk CURB E.GUTTER SECTION O (SEE NOTE5) 3. The maximum allowable ramp slope Is 1211:1V.Flatter ramp slopes are permissible.Feld verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obst uctions in front of ramp access areas. 5. Curb&gutter is shown,see the contract plans for the curb design .., ' specified. See standard plan 101 for curb details. i ' � 6. See standard plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to Include elevations at all points marked with symbol'X".All elevations are at the finished surface- 8. Ramps not constructed as dimensioned wilt not be accepted by the . owner. ISOMETRIC VIEW 74:---• --***01Y PUBLIC WORKS PAIRED SIDEWALK RAMP PLAN - 105 �'' DEPARTMENT TYPE 1 `NTO$ MAY 2009 I . 1 RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN(TYP.)-SEE CONTRACT FOR RADIUS. 1 0 • i \ \ C to.. SIDEWALK 5'-allB \ J ir 1).....i... 0./ DETECTABLE WARNING 3/8"EXPANSION PATTERN SIDEWALK ��i 1 "'a i 1/ JOINT(TYP)(SEE �: ��'\ (SEE DETAIL) • 4'• 4 i 1 i STD.PLAN 102 .:;;..1; -^' -r�— , — ) �r? FACE OF CURB illAill 1' 1 \ \ 111 OAT FACE OF CURB /___+___ • CURB,OR CURB :� AND GUTTER 1,O amsswwc 2'-6" CEMENT CONCRETE II PLAN VIEW SIDEWALK RAMP TYPE 1 AND RELATIONSHIP TO CROSSWALK PLAN VIEW AND LAYOUT I SINGLE SIDEWALK RAMP TYPE 1 2'-0"-DETECTABLE WARNING PATTERN(SEE DETAIL) 5'-0"MIN. 8'-0"MIN. LANDING RAMP I m�I 2%MAX 4 FLUSH J TOP _ ROADWAY CEMENT Iii 1 CONCRETE DEPRESSED SIDEWALK CURB&GUTTER SECTION AO (SEE NOTE 5) A 1 RAMP B SIDEWALK . 0 -+.- �; • �'. - - B MIN. MAX. 5'-6"MIN. A S A 1 518" 2 318" m TOP OF • O B 5/8" 1 112" 1 2%MAX 74 ROADWAY C 7/16" 3/4" $VV``... . PLAN CEMENT CONCRETE fOI -i hg. 0 7/8" 1 7/16" I SIDEWALK SECTION OB CEMENT CONCRETE °i+ CURB&GUTTER (SEE NOTE 5) t I D -`I f'— THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR 1 DETECTABLE WARNING PATTERN DETAIL - .Z..t's:::'--.1-!:;...?.,. .:./ I4-:-.:q1. :•::fi.0,;.:,,..F • I \'''. :7„,,,:.:..:::-,4%- :__-.. ----- I ISOMETRIC VIEW For NOTES see sheet 105 INevi' o STD. PLAN - 105.1 _Agri PUBLIC WORKS SINGLE SIDEWALK RAMP �tiv10 DEPARTMENT TYPE 1 MAY 2009 I ale'EXPANSION JOINT(TYP.) I 1 (SEE NOTE 6) 121 RAMP IS NORMAL TO CURB FACE TANGENT, AND OPPOSITE FAR RAMP(TYP) xv J 11 zo 11 RADIUS POINT OF CURB RETURNI _I ICR_ ti OSSL1C J RAMP CENTERL NE _ I�ii1j I PATTERN(TYTECTABLE P)RNING I (SEE DETAIL) PT w X I OPTIONAL CEMENT CONCRETE PEDESTRIAN CURB(1YP) (SEE STD.PLAN 101) SIDEWALK RAMP WING(TTP) I 54. ''Jy O SIDEWALK RAMP NT,(TYP) e' � RAMP CENTERLINE y- /�— IWIHIS\ / ISOMETRIC VIEW .n 1':"��! ItI,,� VARIES:r0b - • E -6' 7-6' r-0' r- 1 PCI < RAMP I 2' I RAMP 1 3B'EXPANSION JOINT(TYP) `� E rw!. .. .I.� v .�.I •.. (SEE NOTE6) I__i__ i PATTERN ING 319'EXPANSION JOINT(TYP.) L CROSSWALK (SEE DETAIL)WARN (SEE STD.PLAN 101) LANDING SECTIONCO PLAN VIEW SIDEWALK RAMP TYPE 2 LAYOUT 16' SIDEWALK DETECTABLE WARNING 5-G'MIN. PATTERN(SEE L) i m 2'-e' SIDEWALK TOP OF S-6'MIN 2% FLUSHfROADWAY _' ���\�\\��<,MAIL 1. 2%MAX v /"'+_ TOA W �. ROADWAY OPTE PEDESMINTmmENT DEPRESSED \�/\�w" ...• •.. ..• ..RS CONCRETE PEDESTRYW CURB&GUTTER �4! CURB(SEE STD.PLAN 101) w SIDEWALK G (SEE NOTE 5) I CEMENT CONC. SIDEWALK CEMENT CONCRETE RB&GUTTER SECTION OA (SECUE NOTE 5) SECTIONBO NOTES 1. The bottom of the ramp shall have a landing area(not in excess of 2%in any dredion),4'a 4'. 2. The paired type 2 ramp layout requires two(2)of this bid item:'cement conc.sidewalk ramp type 2'.The bid item does not Include the adjacent curb(or curb&guitar),the sidewalk between ramps,or the cement(ono.pedestrian curb. 3. The maximum allowable ramp slope is 12H:1V.Flatter ramp slopes are permissible. Field verify the fomes before pouring concrete. 4. Avoid placing drainage structures,)unction boxes or other obstructions in front of ramp access areas. 5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. 6. See standard plan 102 for sidewalk joint placement and details. I 7. The engineer will design all ramps to include elevations at all points marked with symbol X'.All elevations am at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 18'-Cr or less(when measured along the back of sidewalk)the height of the curb and sidewalk in this area shall be reduced proportionally. The 4'-Cr minimum dimension shall never be reduced(See note 3). -Ir ,,%. I+M. 4. PUBLIC WORKS PAIRED SIDEWALK RAMP • pix — 108 I LiDEPARTMENT TYPE 2 4PtN,rp MAY 2009 I I . . . . IRADIUS POINT OF SIDEWALK RAMP AND CURB RETURN I E� IRAMP CENTERLINE— '\ O • 7 �o �`S/1 (SEE TE 6)EXPANSION JOINT(fl P.) DETECTABLE WARNING O �. I PATTERN I (SEE DETAIL)( �A 49. OPTIONAL CEMENT CONCRETE PEDESTRIANI `\ , CURB(SEE STD.PLAN 101) 17; ti If`p. I I Y F 18 U ce 40 - \ Q A1 RAMP I is111111111 A CROSSWALK - t°i. o A :.i.::: I B MIN. MAX. A 1518" 2 3/8" FACE OF CUR Q - -� - B 518' 112" PLAN C 7/16" 314' PLAN VIEW �� ' C SINGLE SIDEWALK RAMP TYPE 2 _r D 7/8' 17116' I LAYOUT AND RELATIONSHIP TO CROSSWALK f i 1 THIS PATTERN AREA SHALL ELEVATION BE YELLOW.IN COLOR VARIES:7-6'toF DETECTABLE WARNING PATTERN DETAIL I VARIES:T-0"toERAMP 1 I VARIES: T-0"toE ,,JJ RAMP v I RADIUS v 13.1w13.1wI 6' 6" I OF CURB E F AT FACE I3/8'EXPANSION JOINT(TYP.) 20 FEET 10'-4 314' 3'-812' (SEE STD.PLAN 102) LANDING 30 FEET 8'-11 1/2" 3'-21/4' SECTION O 40 FEET 8'-412° 7-113/4" I 50 FEET 8'-03/4" 7-10114• 60 FEET T-101/4" 7-93/4' 70 FEET T-83(4° 2'-9" I _� I � 80 FEET T-712' 2'-8314" / 90 FEET T-612' 2'-81/4" / 100 FEET T-6" 7-8° I \—\;��a _ DIMENSIONS AT FACE OF CUe ` R ,.,.. .,!:•!‘g...."7: INTERMEDIATE RADII SHALL BE INTERPOLATED �\„ _jam- ;"— For NOTES see sheet 106 ISOMETRIC VIEW lir 0 I OSTDs :R + PUBLIC WORKS SINGLE SIDEWALK RAMP PLAN — 106.1 4,'` DEPARTMENT TYPE 2 tip MAY 2009 I i I Sidewalk .y O mmmmii 0 r DETECTABLE WARNING PATTERN(TYP.) 3'-0'MIN. (SEE DETAIL) RAMP(TYP) � , � � I a lI RADIUS URPOINT OF SIDEWALK RAMP 111111ANDCURBRETURN � c I � - O II � I 318'EXPANSION JOINT .,Il (SEE STD.PLAN 102) w11 w PT RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP 2' 0• i TYP. I 2 CURB,OR CURB I:E• !q AND GUTTER (OPTIONAL)CEMENT CONCRETE / � PEDESTRIAN CURB(TYP) I , /f W 3'-O'MIN.1 RAMP(TYP I.)1 i r� w I I -. " W PLAN VIEW PAIRED SIDEWALK RAMP TYPE 3A r -, i LAYOUT "amm•IT , {' s/° _ o E.:, CEMENT CONCRETE _ SIDEWALK 3'-r MIN, L_ _ PC S-0' BUFFER STRIP m 1 I TOP OF CROSSWALK 2%MAX `v2%MAX ROADWAY RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP CEMENT CEMENT CONCRETE CONCRETE CURB&GUTTER SIDEWALK SECTION O (SEE NOTES) • /Ow % 3'-0'MIN S-O'MIN. _3-O'MM. % RAMP LANDING 4 RAMP 1E100". " - 3/8'D(PANSIONJOINT(TYP.) I '' — `_/ (SEE STD.PLAN 102) "�� ISOMETRIC VIEW SECTION OC For NOTES see sheet 107.1 0:156%.14,,rwr: PUBLIC WORKS PAIRED SIDEWALK RAMPSI'D• PLAN - 107 DEPARTMENTTYPE 3A0 MAY 20 9 I I . I I 318'EXPANSION JOINT I (SEE STD.PLAN 102) 47// DETECTABLE WARNING (OPTIONAL) (SEE PADETERN CTABLE ) CEMENT CONCRETE S'•p. PEDESTRIAN CURB I . 4/i, CURB•ORCURB 3'•0•MIN. AND RAMP(TYP) �O � `-&- . LANDING 3'-0'MIN. I \/ �'_ ' 3 S RAMP P 1TERN TE E DETA WARNING � ' 415% � PATTERN(SEE DETAIL) rc • / I I JI J1� 2% — RUSH a9 TOP OF —�--r �t MAX 'a ROADWAY 1 400, o. d (OPRONAL)CEMENT CUDERB&GUUTTTEi y I • d- CONCRETE PEDESTRIAN (SEE NOTES) — CURB(SEE STD.PLAN 107) /I -- Wntx SECTION O PLANVIEW - SINGLE SIDEWALK RAMP TYPE 3A I LAYOUT • A _ I B ISP 1 g MIN. MAX_ / 1 4/_ ,. . / - `_' A ,518' 2 3B' � -- - v B 518' 1 US / j PLAN C 7116' 3l4' I 'F� . 1. I_ D 7/8' ,7,16' 4. "-fy..•'•,�•.•`j11 .'•.." y I ELEVATION THIS PATTERN AREA SHALL ••••, ^�'" < .-• - BE YELLOW IN COLOR ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL I NOTES 1. The bottom of the ramp shall have a landing area (not in excess of 2%in any direction) 4 x 4'. I 2. The paired type 3A ramp layout requires two(2) of this bid item: 'CEMENT CONC.SIDEWALK RAMP TYPE 3A'.The bid item does not indude the adjacent curb (or curb&gutter) ,the sidewalk between ramps,or the cement conc.pedestrian curb. 3. The maximum allowable ramp slope is 12H:1V.Flatter ramp slopes are permissible.Field verify the forms before pouring concrete. I 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. $. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. 6. See std.plan 102 for sidewalk joint placement and details. I 7. The engineer will design all ramps to include elevations at all points marked with symbol X. All elevations are at the ramp finished surface. 6. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT Is 10'-0"or less (when measured along the back of sidewall0 the height of the curb and sidewalk shall be reduced proportionally.The 4'-0"minimum dimension shall never be reduced (see note 3) . .~.AR . PUBLIC WORKS ,�,=�� SINGLE SIDEWALK RAMP • p - 107.1 I DEPARTMENT TYPE 3A MAY 2009 FSO RADIUS POINT OF RADIUS X Y NOTES CURB RETURN AT FACE OF CURB LANDING DISTANCE FROM P.C.. 1. This layout Is used to provide access to a singl• e crosswalk 0 )AND Qparallel to the major street The bid Item"Cement Conc. 20 FEET e'E.212° 1'•7' Sidewalk Ramp Type 4A"does not Include the adjacent Curb W30 FEET 8•o 1r4° 3'•e' (or Curb&Gutter),the Sidewalk,or the Cement Conc.Ped- RIOS6 47. CO 40 FEET 9'•8 1/4° 6'•43/4° eetrian Curb. so.. RO@ p � rC 50 FEET 10'•9 3/4" e'.11• 2. Ramp slopes shall not be steeper than 12H:1V. o� o C?' Rel z g 80 FEET 11.11 1/2" 8'.312' 3. Avoid placing drainage structures,junction boxes or other 70 FEET 13'•o^ tY•B t2' obstructions In front of ramp access areas. 80 FEET 13'•11 NY 10'-8 N4. Curb&Gutter Is shown,see the Contract Plans for the curb 'OEMEN7:CCNCRETE - design specified. See Standard Plan F•10.12 for curb details. SIDEWALK RAMP TYPE 4A ' CE DESTRU N CURB GUTTER OR CURS 90 FEET 14'•10 12' 11'-9 314' 3i8''EXPANSION JOINT. i too FEET 15'-8 3/4' 12'-10 1/4' 5. See Std.Plan F•30.10 for sidewalk joint placement and details. ($EE STD.PLAN F•30.10) 7'-0°RAMP c>. INTERMEDIATE RADII CAN BE INTERPOLATED B, The bottom of the ramp shall have a level area(not In excess oEWALK —°'--{ of 2%In any direction),4'■4', � 171,1• *i—•-4 r111.10: � 5 B j1;11' —-—- B 'P��;'R , I.st v, LANDING A� �`q ��},k@ A. MIN. MAX Y oo'�'., m A 1618" 23/2' ���r.'(,.�.:,,1-'', '` a 612` 1 12' a MAJOR STREET q O DETECTABLEWARNINGDETAIL) G ,2. : ' AN''S•k/g PATTERN(SEE DETAIPLAN C 7/18' 3/4' till1'1. D 7/8'1 7/12', PLAN VIEW SIDEWALK RAMP TYPE 4A f-'1 1 k_c LAYOUT THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR 8'•0' DETECTABLE WARNING PATTERN DETAIL Ti22%MAX GI TOPADWOF j ROADWAY —y• CEMENT CONCRETE ��RO Y S 114 PEDESTRIAN CURB c 7i CEMENT CONCRETE (SEE STD.PLAN E10,12) VARIES Q 0 TAS8/ l.2, h SIDEWALK CEMENT CONCRETE 0 to 8" ROADWAY OP OF4.1 ���� V74A' . t CURB 6 GUTTER(SEE NOTE 4) i\ . n� �!SECTION O �� �8l1' n" • . dux DEPRESSED •,,7••••71.,,, , y pp' CEMENT CONC.RAMP CURB&(SEE NOTEGUTTER c"pd.p4,of TER�'o `i,. ,, i 8 SECTION O ss/ONAL ��G $ ��t i �"�� I EXPIRES AUGUST 26.2007 j 1��� Z-0" DETECTABLE WARNING ` '„”°W,.,,,* CEMENT 8IIDAEWAL CONC. RAM? PATTERN 9EEDETAI `� 7`�`tr;MY .,,, SIDEWALK RAMP TYPE 4A WITH LAYOUT •TOP OF -W. Xy" _1 • . :i 4 It FLUSH ROADWAY STANDARD PLAN F-40.16.00 i 8 .. . p ISOMETRIC VIEW SHEET 1 OF 1 SHEET 318'EXPANSION JOINT DEPRESSED APPROVED FOR PUBLICATION (SEE STD.PLAN F30,10) LANDING CURB 6 GUTTER Ken L.Smith 02.07.07 (SEE NOTE 4) � CfATEOE010.EADINFER DAZE SECTION Ov7/Wmhinglem Slot.e.part,n.nl.f 7nnpwlabn • - 1 M 11111 - NM - N I - M UN M I MI NM 111111 - i 1 • RADIUS POINT OF - CURB RETURN . RADIUS W'3•'0" W•4,•0• W•5.0• W•v.*" w•r•0" I. AT FACE OF CURB X Y X Y X Y X Y X Y p�� 4 20 FEET 5'-512" 3'-012• 4'•81/2' S•0' 4'•1' S-2314' 3'•7' 7'•312' 3'-11/2' 8'•212• '"O/u@ W 30 FEET 7'.33/4'/ 8'.1' V-512' 7'-11112' S•9114' 9.7' 5.21/r 11'•0" 4'.8314' 12'-3114° S�cCOF4CFCR /j 40 FEET 5.012'_ 5.212` T-10' 17.61/4' T•1" 12-412° 5-63/4" 14'•3/4" 6'-1112" 15'•71!4" "WCr�R@) p 60 FEET 17.3/4' 17.314" 7.114' 12.7114' V-212" 14'-912' 7'•5112' 15-9° 5-113/4' 18'•81/• 2 CEMENTCONCRETE 60 FEET 11'•212' 11'•83/4' 17.3/4' 14'•81M 9'•21/4" 16'-11314' 8'.6314• 19'.1314' 7'•10112' 21'-112' ' PEDESTRIAN CURB ,4 70 FEET 12'-23/4" 13'-3114' 11'•1/4' 18'.4' 10'.1' 18'.113/4' 9'•33/4' 21'•41/4' 5.81/4' 23'.51/4' sIDEWALk CEMENT'CONCRETE 60 FEET 13'•2' 14'•812' 11'•1012' 17'-113/4" 17.10 3/4' 27.10" 17.1" 23'•4 3/4" 9'•6' 25'•5 3/4" SIDEWAU(•RAMP TYPE 42 CURB,OR CURB 90 FEET 14'•12' 18'. I AND GUTTER 12" 12'•81/4' 19-012" 11'-7314' 22.7^ 17-9314' 25.3314° 17.11/4' 27'.912' 3A1"ExPANSION JOINT. (SEE:STD:PLAN Pato) *.l." 100 FEET 14'•1012' 1T•3314' .13'•612• 21'•7 12.41/° 24'•2314• 11'•5314` 2T•1 12' 17.9' 29'.W TT j INTERMEDIATE RADII CAN BE INTERPOLATED I MI 1 .(‘.1.5121111,i, A RAMP NOTES & @ 111111111W ! ; 'U 1, Thle layout Is used to provide assess to a eingle croa6walk ••3 I �.. .y/4 � ;,�, qrl"Luc; parallel to them or street The bid Item"Cement Conc, f�a�6*sc�iyJ�� Sldewelk Remp a 4B"does not k,dude the adlBcaM Culb . D CTABLEVA NG A01, Pit,7 4y Oil B MIN Mx. (or Curb$Gutter),the Sidewalk,or the Cement Conc.Ped- PATTERt{(DEE DETAIL) -)s¢dF^+� c II�,s Sl. estrlen Curb, t,P, s:1 fit 4?-4� A 16�'� �► BUFFER r-O' X + ' :;r-. +k 2. Ramp slopes shall not be steeper than 12H:1V, STRIP DISTANCE RAMP LANDING PLAN C 7/10' 3/4" FROM P.c. ��j�'- D C 7/6' 17/18' 3, Avoid placIng drainage structures,Junction boxes or other d MAJOR STREET r4> .,. obstructions in front of ramp access aroma. PLANVIEW SIDEWALK RAMP TYPE 48 + i 4. Curb&Gutter Is shown,see the Contract Plans for the curb PLAN MI Ie� THIS PATTERN AREA SHALL • design specified. See Standard Plan F-10.12 for curb details. EL!VATION BE YELLOW M COLOR S. See Std,Plan F30.10 for sidewalk Joint placement end details. 5•o w DETECTABLE WARNING PATTERN DETAIL B. The bottom of the ramp shall have a level area(not In excess BUFFER STRIP- of 2%In any direction),4'*4'. to 2%MAX._ r TOPOF 5.0'RAMP ROADWAY a . ���� •� BUFFER STRIP %poi,. s tth l\..,,7r,,.:. ,, VARIES: ISI VARIES:0 to W .44�oT RAsy/441{l, ' 1 A b i CEMENT } 048' �I I TOP OF 4v�ytt ‘. . 0g CEMENT CONCRETE /CONCRETE ROADWAY@ 1 81DEWALK CURB a GUTTER � i ; / ti SECTION OA (sEENOTE� ,•, • �< a. LW CEMENT CONCRETE �+..�' 4, ;Intl CEMENT CONCRETE CURB a GUTTER D,p 4'4,MOS 0 . u 1 PEDESTRIAN CURB SECTION O (SEE NOTE 4) d fs OI 9TB 4C, 8` (SEE STD.PLAN F-10.12) JCNAL J! igi • -.4,.1\141,4'.;',"."'"'"''.....„ y �,,,,,, I EXPIRES AUGUST 26,2021 I lit h 2.0•-DETECTABLE WARNING C"\`?�t,il �'� "^•• ..,,+.4tt''..,.•. CEMENTCOND. PATTERN(SEE DETAIL) ';'' f 4. SIDEWALK RAlYP UT 4$ SIDEWALK/ r•0• i �LL `,Tk r"n+ ra,,,, �_ , WITH LAYOUT LANDING RAMP �`_t.:a1?,1,1,, .' :-.:'l."'=''4t k;``-- LANDING STANDARD PLAN F-40.18.00 TOP OF1* t•_ FUJSH ROADWAY SHEET 1 OF 1 SHEET ISOMETRIC VIEW APPROVED FOR PUBLICATION 5M:ayiFIovxear ti 3/B'EXPANSION JOINT L. SEEDEPRESSED Ke@r n Smith �Z-0e-�7 870.PLAN F40.10) CURB a GUTTER SECTION O .(SEE NOTE 4) Tww**6 fta�.5. .nldTtany.amMn L.,J_J1 ICd = , � I o . `\\ V. P37 P36 �� / = Ip 1 / \ I P35 'N.., •,..._ -=:::[) rhili e 11 • : • , ,„„, ~----_./ 111111, 111111 _—Av . .... i ' ,,so. — '1: „'cis ' ?.r sow t% 072' ' / r.'." ` i20' P 20' r _ P32 , P33 II it [II II I r \ / • R. itiii / 2 /II 1 P38 1 •7CITY OF RENTON /,.4' ? I DEPARTMENT OF PLANNINO/BUILDINO & PUBLIC WORKS I I / TRAFFIC SIGNAL LOOPS NE SUNSET BLVD. & HARRINOTON AVE, NE •I ' DESIGNED' KH DAM MAY U. 1000 FILE NAME ICU.OQ9 I I OAAWN, BCA/CAD ' CHECKED' KH SCALE, 1":50' 00p.AlH 28 121 APPAOYED, etrr+Awe,r•erau.nAroe6, SHEET, OF, .y 00 Nal Ell 1111111 MN MINI .1111111 NM SIMI AIM 1111011 IIIIII MINI IIIIII lila Mill alt. MINI MINI 110111 I! • . I • i - 1, • / . / •ftt .- , / C.-) / • t i a. / iz:. . . i • . . .. . . i ( i ... . • . . P35 ' /41::$' .. ' • . 5 • 1 . .. , ..,i. , • , b. .' -: ....•, •:.. . . .• / • .. .• , . . • NE 3RD ST. .1141111/# • , ' •• 0 AO • ..• • P33 —Rill .-.dIM.MD,illimilinme OM Mk/Maim.. . . . . . .40P tery • • •. — .., MEM •••••• • • • ..-, MOM MU' ll. non . If T(1..144:84, t 12.0, . "ma 0 0 qPi •. . . . 263.0'a-2:, l2 221.0' mmii• RI 22LO' • . MOM . . • - -.. . . . . - .' 00 0 CIZIM...Yr_ ___ _ __ 1 7 . P31 .: ttig • :1 p3 4 P36 i Loofs . • ..1 • . , . . . . .... .. . *. . • ti, a._•1, ,. • CITY OF RENTON , DEPARTMENT OP PLANNINO/BUILDEIG & PUBLIC WORKS • -' TRAFFIC SIGNAL LOOPS ' NE SRD STREET/EDMONDS AVE. NE .DECONEDi XH OA?!g JULY 21,1292 ME NAYS IOU-018 • °MAYA 80A/C2A0 . • 20ALei 1"2 50. Pit PIO, Ira; • CRUM KH ' .. APPROVIDI SMItti Oct • . otPAItticert A41441411Ateol • • • . P35 \ \ Ilk -"--Inl \ \ —mew smilmc %.144:4 C' \ \ ...-4 V • --)77. • ,:•::....r. .,' : :•• , . • . ' • • • • ,• • P.3I \ilk PM 1‘'‘Ift 4 cil, \ VithiA,'Z' -..../A ....— To ...— \ \ -, . . ___- V \ I \\\\ ----:. „..,..$1 _...,_,.B,7 . ____- .... -0.0 \A ___ • n — M .. - Nqi-' S .--- ....-.. ---'' my 1..% A\N1 _/-) T-I:s`. 10A - -- -- ---- ....._ ...... „..., • -- -- ..._ ,. ......-- rt..t3 . .....••• ;.-- ‘\C\ 7 ....._ „. r 1§: _-- P33 \ U 111111111111111A P34 \ . CITY OF RENTON , \ DEPARTMENT OF PLANNING/BUILDING & PUBLIC WORKS \ TRAFFIC SIGNAL LOOPS 11111103 S ORADY WAY & SHATTUCK AVE. 9 \__dolma'pi • l' \ \ , , \ •, DESIGNED! RH DATE! NOV.II,1E90 FILE NAME iO . 71 1 ••DRAWN. BCA/CAD P32 SCALE! 1 :50' meo.na, 1.058102 , CHECKED! KH . . APPROVED 1 SHEET: OF, WARTI.64f ADIMOTAATOPI p 0 -. Li 1 MEI NM - NM MI MI N - V r - - i NE UN N S I NM • E2IIIII Pss CID L Li 240' 240' Q II !Mil Z PJ9 • E2 ---Jj 40.3' I El PJ3 P32 SW 41ST ST lam 25' L1 4243 249'(ii 25' L? 421 r4 — — — 249'1,c? _ s..---- ]4L4' Li 25.3' 25' [Lf 42.1'[l2ti L2 214.7' 1}41.4' 25.3' — _ ALI 214,7 L3]41.4' LB 25.3' iAarlii. ` - P31 P37 25.2' \ P38 P39 1 CIA 41.4' r2 'P34 CITY OF RENTON • DEPARTMENT OP PLANNING/BUILDING & PUBLIC WORKS TRAFFIC SIGNAL LOOPS SW 41ST ST. & LIND AVE. SW I1 244'I OE91GNE0, KH ::: C L11 P4Q ORAWW 90A/CAD 1":550' KA ME 00 000 \\ APPROVED, SMEEtt OF, WARTMp(t AOMMETAAMII 4.1 4 h 0 1 I .1 IiIJi . 11 - 11 s J.B. f N• • . J.B. TRAFFIC FLOW =NWvi i Firimmilli.111111.1.1111PRAFFIC QT'— J.B.. rill FLOW Ii IL V- Q -r • •rHE :LA -vlN -ELEC. 1" J TAPE: PROTECTIVE TIVE COATING . ( rdtEcT . - - - Rat- ei •iE TRoAFFIC DETECTOR 1/2" (IDD MANI)4L. 198i LEAD-IN CABLE 2/C II SHED. AIM "" LOOP WIRES -- I _w METAL TAPE OR MEW COMPRESSION AND SOLDER CONNECTION TWO LAYERS OF SPUCING - I COMPOUND TAPE & ONE LAYER OF FRICTION TAPE • INDUCTION LOOP WIRING - AND LOOP SPLICING DETAILS (..‹CYO ADOPTED CITY OF RF.Ni'ON1 v nSTANDARD rums - \'F4 LST DATA 11 6 I _ e I i • I - I N/ I VAR. •r B . B 1• I . I - r • . . . I . _L_. 3/8 3/8" . list: •:_41..4: ..4-c. �� LOOP WIRES t 1/2" + X "...../:Z 5 MI 2-1/2" I✓•t T -_- ,�„ - 4 �,,,,.:,.., c CRAFCO TYPE RUBBERIZED •I :^dr "^�`:N • `"� '^ ... . e ASPHALT LOOP SEALANT A--;A. •• g_6- - I- • - - - x.--- 1/2" OF DEPTH FOR - . EACH TWISTED PAIR - . I - _ I - NOTE: I TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX - TO END OF LOOP. -HREE TURNS OF WIRE IN EACH LOOP. AS SHOWN ON I . DETECTOR SCHEDULE. OR AS n'RECTED BY THE ENGINEER. INSTALLATION AND TESTING TO CONFORM WITH I STANDARD SPECIFICATION. - . INDUCTION LOOP DETAIL . <el p ADOPTED I . V A fe + CITY OF RENON . STANDARD PUDE D'1 ° FN,rp 1ST DATE: 1)-/$796 • 1d: CITY OF RENTON 2:-...-4N- PLANNING/I3UILDING/PUBLIC WORKS DEPARTMENT I 1 ' --- . -- . . '1-A4j- -../NV-!4K-O'4'P.404'-?o-4444 e.4'vSe.-.'")4A4-.k4e.2,,.#e-i',.444."10"4t'A",.•.,,-e+eA-,40e:ke+0r,*W,-e444.e.-4•0.ed4..'.-4i,t4404.,.440-e.9+744fr-d4+-*e-.,,44iW1N"g04S++--..-.,.,,C1441O,'44,4-.e4_4_4..-44E..0N-<*'4".,*'4°.7,4404.4.",.,e',,+4.44'01p 44.„:$..4*'*,64",e4e--:..1,t,ie1;44-,44-4,e.e.,te,,.*-.4 Ge0-,-,.A,4.1,.-i1144.4pv4v.,4,)/4-,9"40-1.)40,e.:64.,,',Ae4r''.e44":",0r"6"-e.4,"4es,.t,,ee44+.4"t04,44•e,ee.e,,,A.e44o 4V, 1.Ii rAI-1k - I I�j�s� Aim,®1i4iiO4`04"4f ,"A,,1 '4. III COLD PLANING ARE . 1• L I 1 Lam ' I• tl _ _ - _ _ - r: -T--:--er 1 /--------- • . \\____ cy7 :::— • L.-.- .‘ ,./:-.7\ 1 :.=-:-.. ---. • . _ SECTION A-A 1 • 1 IIIIII M M M . NM M N 111111 M r OM . IIIIII MN M MO INN . • t • r 4 • • . A • -•=..::;::7:::'p_ r_:___r_._i". I !/2' CAtIAACrtD - / .• N • AC /m 1 YT 0FVR?AY ` /� 1 e,�'rsr ac res FllExr i --- 11161, CIO ,E 'r EXIST. CURD gt 61111.17?AN) SIIVIY,ux , Pima USW ac mom . - cunt '?AND 5106wAtx • , . PROPOSED CROSS—SECTION ,t • \„......,.;,:— 6'--,-------. ,, -.. 1 . .__.._1:_.- 11/2' CatIP,Orco • • • — !MONO SURFACE • orn op n.rt,NTON t112,P;IrritttIsm Ot+ .r+Ut11.1cWOtttte I'ti1NINC AC n, vr:AJENr 1)f rA1L ; -ryQ. toff-rt,ANtN61 r'01'4tc.. ,� ' . . AftlAlltth A1 OAt[i 1/11 I SAI Mini 10.414 46 .ARAWill 4104..A 1 NOTES RISER RING DIMENSIONS APPROXIMATE I 1. Dimensions may vary according to manufacturer. A 112r' 3• WEIGHTS (SIZE) CASE 60 LBS 2. Base to be placed on a well compacted foundation. I 3. Monument case to be installed by contractor. COVER 19 LBS 4. See WSDOT Standard Plan 10.20 for Monument(brass disc)type to place in TOTAL 79 LBS A 2'O.D.galvanized pipe. 1 4 5/8' R. 1 • / I 43/8" DIAM. m • D CONCRETE BASE •. D p Imil p ��///������.,.. ������,A D I it' DIAM.% [v D . D ;•o �� 3 1/4' RJ D. / �� . •p , D 37 8' R. 33 4' R O - ( I - -•D S SECTION gai D" •v COVER �0 �. M •p �7:- . 5 1/4' R_• L • AI • i 4 3/4" R. 11/2' • • [ N '� • • D•. I ••C. 1 D• \--MI- PLAN VIEW I \`_L in ACP Class B. or as approved by \; ` the Engineer. J 1 + 1'-6' R. 4' R \ v 1 I In / — SECTION I 'p• . - \ D , CASE I •• D �\ I , • a _ I ...,;•... ..i. .. - / '/ i.ii • - . JiI • L CONCRETEiBBAASEC,Sc\--,1, ,,,,, m 10 1/2' DIAM. N. r sANO 1� 1 N f % rr 9 1/2' DIAM. '• ISOMETRIC I UNDISTURBED SOIL 1 • i GROUT i �3 16.1 STEELPIPE-NOTE4 1� /''f•:/ , A 1 / 4 4 t " SECTION ( I i + INSTALLATION 1 1 8' DIAM. '1 I l 1/4' + 9' DIAM. I I SECTION SECTION OF LETTER RISER RING OI versa PUBLIC WORKS MONUMENT CASE • p — 113 4. I1•' DEPARTMENT . AND COVER JUNE 2008 F 1 I I SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING I PATCHED AREA • A •Y'Y x>- -. A I ! 'fid'� :,/.0.4.0.4.:. >%/.. • COVER %f�� T •.:iiia.•���ii0�4. 4 J I I PLAN I NTS 1_1, 0.. 1 OUTSIDE DIA. I 1'-0" 2" HMA CLASS 1/2" 64-22 I OR AS APPROVED BY THE ENGINEER_ . � 4 CONCRETE I SECTION A-A I NOTES: I REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY • THE ENGINEER. I I X STD. PLAN — 400.4 GIS O� TYPICAL UTILITY COVER PUBLIC WORKS + ''e` + DEPARTMENT ADJUSTMENT FOR 41 . - PAVEMENT OR OVERLAY MARCH 2008 s �..q.. II . .gt..QU 1140 +ra+ 1. ,rte , INA, 1 1 .....rr. SIN. Will I l 111 4OUt) & • 2�"I ,Ali 1 s .G. ,i,',,p d.:1y n°i ° o.;3-77„..t �� ;:ra '.t nop /r Ac �.�.�J'.> �.l .-.:t'. `3 3�ke q i�a n ♦ a06;�i�Q�°,�°•$o° ♦3' • p + �� i': !_ its},':. .(VA1t.) CItAVLL qt...iizo. ,....t.. : ::t...t,(i ,t(j A3t. S! tom..., '��•i�.i dam•�i�.a�111 • ,h::•,,,I• l.: f e,v;:t.i., "l''l".'"'m""'m.''m.."mi"m""miumi'.".'m'°'m''mm'l"..u.'".'.'i"'lIlgL ) . , t . . .1 - , PAI CI ICt) AICA . . A , ..•(itC 74,t.0 s A . .. „ N........ . . L ...''' '.;"/ '. . ' '. . . . e., 1Ilik • • • . '. C. \\ •\ i • TYPICAL Wn1'ER VI_VC' BOX ANUS IA �r1. OR 1,1, rt I,�l/1tit tdrn+ ter, ...... I I CENTER LINES I • ® • • • • • • • • • ® • • • • • • • -4" 1 _.." 1• • • • • • • • �• • • • • • •-�- 3' 4" YELLOW TYPE 'I' 30' LINE MARKERS 1 DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) I T • • • • • • 13 9' 15' 1 3' V 4" YELLOW TYPE 'I' ILINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' ILINE MARKERS (REFL.) I TWO-WAY LEFT TURN LANE 1 • • • ® • • • • • • • • • • • • • • • ®___14» • • eis • • • • • • �� 9' 15' 3' 1 12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS La • . • • • • • 9 • • • • • • • • • • • • • • • • • • c • • • . I I NUMBER OF 2-WAY LEFT TURN ARROWS I if 11 SPEED LIMIT 25 MPH 200' 0.0. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- ' 300 O.C. 1 'CY o~ STD. PLAN — 109 a PUB C WO KS CHANNELIZATION LI R 1 DEPARTMENT MARKERS DETAIL 4NICi MAY 2009 I I APPROACH LINE $ 2 $ aaa l : \-34"SW:1E3:13E3s 8" I 3' 4, I 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS 441k. APPROACH LINE LENGTH ARROW LOCATIONS OCATIONS cOR I 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 I OVER 300' AT 100' INTERVALS SKIP APPROACH LINE : 11141 I !L': 11 15' -131-A. 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) LANE LINE I 4„ • • • • • • i 4f I 9' 15-11131- 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL) I I Y .em+ PUBLIC WORKS CHANNELIZATION 1' 109.1 ,pF2 DEPARTMENT MARKERS DETAIL MAY 2009 I rOil r SOS r . . yell .r• SO Oil rr NO r ' . t • d. • • a «• • •• \... . • • • •1•• i• �: :' d • ..: .. :.. • :.. . S 5I,M 'A -• ' i. . 1 • .. • i •;.!.: 51:4 .t6.• . .. ,..;: . . . . . • . . . ..„ •,.„ • . . • . • , . \ ... . . _,.. • . , .... • . • .„: ,, ... . • .,:. • ... ...,.. . .. .. • ,i• .t5,0.., i . : . .. .. .. . . . ,... " • • . . • 1.... , . .; J.:: . .. . ,7 • D''`' '" SE„os ,� 51/44I railfYJ • '' r�uxn ,Rows ;, . , ;;. Two•way X.eft . ApOpT ra A e%C 15 4 V fes• It r t T . . 1 . . • i i,:„.....: !.01,::33. �.a.,�.m�a ltiQA`';�^.�p'.4 t at ♦r°t�A°e aVOo h'q^9°m A�}44 :KV dexo 4s^ °bo'a?lPTO"° at° o .�` /`1 /:''^ {1� .'yy,�� e"°°e"°@°° 9(ii:1'0;c '1. t 'Q09+°0 4Am@Qamam %;:;``i;�:4 myA t y -, S (•is 4oa r SS ! I0 @Q@44°R.90°oAP Q9d9 O y T 'i4 • ° P¢�°e�eea�4 .A�°�1.9,9.oA,s 4.�•9�.P.�,4`0 y r /y 90090 dd � • �/t V� i ' • i L p4P9�H ' • 7 G 'V4tJ4009a 849ra♦6♦0` .. . . . 9.„....♦ro 0 opete♦t i t . 7,* , ' i �� Ac7°e. -. .. , S !� ♦♦y1 ♦.ce♦o eIooam Vb i ;3:%:::* d♦eoeoos A ♦ee ♦t a♦♦-fOOea♦�4Aaoo♦• , Mfrs i e 'Q �nOd♦w •♦+°@i�♦YC9A°gmSopOQ4.��Py�?4@OaD4^n,Q_@eq, V 11 Ali BLOCK{n W.N.• a o o rn 0 oOAsd'.:#4404ayake'�a'�n0*)+4:`�p� TYPE P j\ BL V C K ?9A4 •ae .y049,�COo1A4 rD'oa y�►o♦gy °alto ` sa♦ i�iy Ae°NP°aP♦°�owao&oAa i .. .71.. TYPE . i. ►�P .2' . . , . Ett . r/" \ w` 1 " : Arti . Af+�dA W % . • • V. =.�y O{ 4 v. 1Vt0" .v } .e. . t4 • iliz 1 ami '+ .4"t 1 , i°( Q, SECTION A—A • ' SECTION.. B-0 y 12" 4 R TYPE TYPE "C" BLOCK . am�): A c OR ... • Type' '2o . • 1te Qod• cd Type 2c ; Yellow onded • PRECAST BLOCK TRAFFIC CURBS 13e 24 _• ;Yellow and Yellow . 'typo 2e White .-- One Side Only. ' 1 yp 2 21 Yellow -- O1.40 S11c O.n�lyt • Raised Pavement Markers and Precast Block . • RAISED p'1' EWr >1 (RP1 ) Trains Curbs • --- ---.;.._.. t . , . . . , 4 AD0„ .T1i.3'l. ....a I moi„ :rr...�, ....1.180 .0/1/.... r OWN.. - aim got gal ION go so ow 611 . . sais Om IIIIIII • '' ,' OaI. III1all. "II1I 42"_ ---, ,,...1.1; Wi illE 12" IO 74" * . ' . . t,tillr ;hi's., . . .; "--: - • . . ..• ...,.. i. . . . 04 . •1 ti t tia. . •. . STOP • . , . , ., i . .1.. LINE • . a 2'...3°' ...I 1 • . MITE*-\ . . - 4 11''.04".4 1."... \ • jim:; . i 2 Aft 4 . . 1 . • . vu.TE• . , , , . 1 EDGE OF 'ROAD LINE TUD1 MARKKOS ., . . i. . . . . ... ... • • • . ..•...... . ... . . , . 4• . I• •p...' .1,''. • .: ,‘"Itig4C6... .........1 • • . . . . . . . . . . . '-.46111jr , . - WHITE 011 YELLOW : 1. .. • .,', . . . . , 1 ,e- •,,, ., . . , . . 1 • • ., ,,,„.,. .. .., , • •.....ii,...r 4.9, .B."1 .: • . . 1 1SLA -*W . RD . . . . . , .0'-0" •,„ . I Mt 1,..4•••••././.1.•04/4ryollt•loW4MIC ,Alowaemageeillinl/01...a.......1411•441.0.0•0044.....o..110.444•0/ 3:5 RATIO . . i ...1 • 1 - 1— "41. I 111 1;7 LANE:. NES . . . ' .• • ' . . . , •, . • 'StY . :-:••..4i4.4i•i':. IS` I . ..A.if:,..4*-40-•••--- 00,..,.....tr, . I. . .. . , .s•!. , . ...... • . 1 , . . . till'. Pavement,Marking Details ,100. 1 • . . . . 4. 6.... ..11.11114 411..• . bl'ite ,1111 *II • 1,1.44 .• . atc.: r 4i, • .:• .• . ..... .. ommorota .tarkroomporm •••••••aa......1...werearrommmoriamwomikoo• SI • • -1 • CENTER CENTER I IN IN I LANE LANE 6. CU. R31111-ANEt y.s 7 I ): CONCRETE LINE . UNE !.!:! . ;i$ ST OM : • - • I - I I IRE - . TIRE TIRE TIRE TRACKS TRACKS TRACKS TRACKS • - ......____ . _....._. . . . . ..___..__. _ . . . - -I - OA-MAY CONFIGURATION - . - • NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIG ORATION- APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAIN; Thermoplastic/Painted Crossw ADOPTED A CITY OF RENTON .04?).) ":" STANDARD PLANS - 41%/1° LST DATE.04/01/090 I I I I I ,1 III• . . . ..... .....,:, -.- 4s35 . . .... .,. ... . .• .[A.....1.—4 111'—1.-1h—31i*k-I .i - v—43.-55.4.. —u-- / 1 . . • . . II1 • • -• • - 1 -,-. -....--.• • - 1 • . • • I - . - 111 .6.""4" Ill - 651.' - . . ...../.44, 1 1:. .. . . . . -. . • . ---,-. -•-- •.. 111 . . .._ . ........ . . ____.. . . . • . - . . . . . . . . - * . * - ' . . . I • * BASED ON TYPICAL 11—FOOT LANE WIDTH I . . I . ! . ... - • . • THRU & LEFT TURN ONLY i . • \.1 Y 0 ARROW D KTA 1 I I ADOPTED ciry CITY OF RENTon ----- STANOARO PLANS I I I - . I 4 ,.. 4 35::-7----r--: 3r 31---------It--3S--vs--, •.. - • , ,:4:-:- . - - • . I I • . - ..---- •3r..r, ...=•••i-• • ,.. . . •ir"I''. . .. :- • I • • 1 _ . 9'-0" '1 . . I • - -- - 44 . " . ,.. . . . .. .,... . 6.75.. . 11 6.-4- -•'-c: • . ,4.P. I I . , . - .. . _ . . . . . . . • ' SI . .,. . . . 1--1' 1 56 "......2v,!.:ji,....:;.•.:,..:,..-• • • ......••••.si-":...13.-..:;:.-- c I ..., '. . ", . - . « 5 -6 II' - . . .,. .... . ' '-...- . .......,-.., . • -::•". - ..,,.. . . • BASED ON TYPICAL 11.---robr LANE WIDTH I • •, -. _ - _ . . . . . " " . . . • . • • . :. t"*.;.!; • ,--... . - - . - . • . . •:. • . . . • ., . . . . . • • .. -- - - I • . " • . .• • . . . . _ .. . . . . - - • - • - • ' TI-IRU AND RIGHT-TURN ON '-- _. . ARROW DETAIL .. • . .. , " • . . . . . . • ' ADOPTED - . . . • fl( OP OF RENTOR a,1.1!)4+ .• -,:** -_ ..4 : . •• 4,. -.e.;;7-- '... : ST4010 ;.4%11E1 111ANS. I •.e.r. neon!. 1,2196 am MI 111111 NMI 1111111 11111 • 11111111 111111 alli all Mill aill IIIIII "Ill Mill 11111 NMI • r , .. t • • rwa .0. o•r it. V. 1 LOOP NOTES1 ..;,y 1E11iEtsi:limmet!1 i i w•.i. • 4 to. Mw•R■w•w.sw•wwwr' •r0• *a': •.e itlp.) •s••rsawrq•••••s a• /' 1'' '11 eft contract fat (0e4l14R and material { ,;A.:a ,a. t00. requirements, ***'S'1311::::::1,°.:•= irrwaw .' nor on°•v i White Edge Stripe . Yellow doe Stripe. - Lane Stripe -:- Yellow Edge Strlpe — — _,61, -- -- -- ; — — Core Stripe Romp Lone Width Lone Width (Typ.) • White Edge Strip ',�•: White Edge•Stripe • ••. *Yellow Edge Stripe i. SILE LANE ON CONNECTtON • Yellow Edge Stripe . White Edge Stripe.. LPN* Stripe . Core Stripe Yellow Edge Stripe Lane width (Typ,) Ramp Lone Width �l�"""d�■ �. Lane Width Ci yp.f White Edge Stripe • • Core'Stripe j ,. SINGLE LANE OFF CONNECTION • . • j white Edge Stripe 4144410%, Yellow Edge Stripe • 11 1 Mile 'R ) • _„..i_________,oe.....ol • 1 Lane Stripe .L , _ NOTES: . . — . — r .• –• = ..... 4 Where shown on the plorte or apeelfled In special prowletone, lone markers • shall be used In.lieu of or supplementary Yellow Edge Stripe Drop Lone Stripe White Edge Stripe * to the pointed povement merkinpe ehown • hereon. LL 300' 4 r Yellow Edge Stripe i Gore Stripe Lone: Width (Typ.) Lane Stripe Yellow Edge Stripe L ss� . White Edge Stripe STRIPING DETAILS t . 0 White Edge Stripe +.+.ata MR MAW n 1100001.100Romp Lone Width Gore Stripa R Yellow Edge Stripe °"'�`��fMO}01 • White Edge Stripe ft% SiNGLE LANE OFF CONNECTIONA/i,�.c,0 . - FOR ONE LANE REDUCTION ,�, DO P T F TI IIIIII MINI VIII ION NM 1 ' White Edge Stripe T+ Yellow Edge .Stripe— — — 0 ode SrVrde� r Lor Wdtrh typr. r r rYellow Edge Stripe o !r _ .... _ C^ _ r • r ti... i �I a Lone iWtdth (Int.) Lone Stripe• White Edge Stripe > , t."... White Edge Strtpe Core Stripe Y • I Yeiiow Edge Stripe I • ' ot b one Stripema. 2—Yellow Edge Stripe dor h° r r r r r r •• I . 5 . UmSTripe White EdgE Stripe . ' Ti/0 LA.NE. ON CONNECTION , I/Z Mile (ti_. • . Lome Stripe• Yeilow Edge Strip Lone Stripe ' c I r I y .4 rm. . _ mom o • 5 • I ; White Edge Stripe Drop Lne' Strike-- i ' 300' { `Yellow Edge Stripe m I• , / ,one W,)dth lTyp;) , • Gore Stripe • Lone Stripe Yellow Edge Stripe , C y — r t+ 'i .—t AffileWIA r or.5 aminni. r r r r _,- . Yellow Edge Stripe o �� r 2 Core Stripe • • White Edge Stripe Lone �Iidth tTyp.? Core Strip- `\ White Edge Stripe Lone Stripe • • • • TWO .LANE. ;OFF CONNECTION .STRIPING DETAILS .rnaa rtix a.enen V 1IWReMtle. NOTESt „w.nev+.tw Ones'. Shown on the plane or epealfted . /� In !WWI provisions, Pone markers % ` ‘'°\s. �:a1 all be used In Ileo of or supplementary . c :r..' v to in ei•I• " ` sh 70 fhe pointed pavement =rhinos Ohown �� m vs Hereon. • • i • • • 41t . 'Yellow Edge StripeConeotor Rood Ylk ith Care.•.S;t;ripe Lane Stripe Yellow,Edge Stripe o ' Y� r Lane Stripe 'White Edge StripeCollector Road Width Yellow Edge Stripe /'� Romp Lana Width White Edge Stripe � / ; - . Core Stripe Oore Stripe • . • ,' �fdge *ripe . • d 1 Lena Stripe;` • a/-Yellow Edge Stripe Lane S,Tripe \—Lone IfIdth ttyp.) • White Edge Stripe , CbLLEC'tOR OAD ON CONNECTION .1 i • • Yellow Edge Stripe Lone Width Ilya.) ..`': \stripe • Lone Stripe Yellow Edge Stripe White Edge Stripe r illallEaallIlEIIIMIIIa 15111:111111111111116— u. Yellow Edge Stripe `--White Edge Stripe ! White Edge Stripe Romp Lane Width •�� Yellow Edge Stripe • White Edge Stripe -� Collector Road Width Core Stripe Romp Lone Width r White Edge Stripe Yellow Edge Stripe ''COLLECTOR, LOAD OFF CONNECTION • STRIPING DETAILS ` a..ata not',ow.,',ow.,M 1tw'aTNe+ .'.., t1MN4bMft4 NOTES: • Where shown on the plans or specified CIII , 4 or•�� ��� �� In special provlslons, Ione markers • • • ` �' shall Ileu ofor �++8d�„rsupplementaryMeowe= nom= to the0ptad elm= = M MI OM i i ME MI MINI M N MI MI NM i i me on NE • . • ' •f ` 46.10 •� NOTES • 1. SIGN SEQUENCE IS THE SAME FOR BOTH DIRECTIONS OF TRAVEL, ADJUSTED FOR THE . 1111)1:.:14.' DIRECTION Of ROADWAY CURVES. • • 2. FLASHING WARNING LIGHTS tTYPE B. MTV)) AND/OR FLAGS SHALL BE USED TO . CALL ATTENTION TO THE ADVANCE WARNING SIGNS. . 3. EXISTING CONFLICTING PAVEMENT MARKINGS AND SIGNS NO LONGER APPLICABLE SHALL B.E REMOVED. TEMPORARY PAVEMENT MARKINGS SHALL BE USED TO il DELINEATE BYPASS DETOUR. • 4. RAISED PAVEMENT MARKERS AND/OR TEMPORARY GUIDEPOSTS MAY BE USED ON BYPASS AS DIRECTED BY THE ENGINEER. S. STEADY BURNING WARNING LIGHTS (TYPE.C. MUTCD.) SHALL BE USED TO MARK .TRAFFIC CONTROL DEVICES AT NIGHT. f 6. WHERE ADVISORY SPEEDS ARE 30 MPH OR LESS REVERSE TURN SIGNS SHOULD BE USED. OTHER CURVE OR TURN WARNING SIGNS MAY BE SUBSTITUTED M1-41R) TO OEPICT ROADWAY ALIGNMENT AS APPROPRIATE. TYPE 3 BARRICADES 7. ROADSIDE BARRIERS AND END TREATMENTS SHALL BE CRASHWORTHY. wts•t ��• SIGN SPACING = X (FEET) i . Ruratwee.. 45/1,30+ 6004• 1.1r0on Art e rials I ssmo MMI 360'•• \OA:, _� lit * TYPE 31 BARRICADES Rra► eees Ruralt tts E%!STINGR HO When i et. 20/00 1014 200'4• OTHER 0B;TRu TtDN Ilk tR.Dkoi Bix Rut4entt. Arae.s Austn.e.Ot.trtet. / 4 , � .1kOR wi•6tL) 4441004 ore, M e .nQ. 4/.00 otherwise desionoted. iiiiii �I�4 • l xf2•�D1Lk -?LAOS OPTtAI CAttNtlttTO Ot ROMV ) f4c.,,,, MWelt IOW 00r7.0 40 00 1112.401N 41 30 25,300 O. 14 11/Y0 TEMP. .00UB,E 1� w1s•f ;4.-,if. YE2LOw CENTERLINE "-PIACI OPTIONAL iO� * iii �� Also LEGEND ! $• l-:/ORAL 6�0� /V WARNING FLAG : FLUORESCENT RED/ORANGE P`"' DETOUR AHEAD -O. 2( EzenEs NOVEMBER 23,:0331 $ FLASHING WARNING LIGHT ROM)CLOSURi: 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES W2O•1 WITH DIVERSION +tk. TYPE 3 BARRICADE . ROAD WORK STAM�DAftD•P�Ll�N K� al SIGN LOCATION • POST MOUNT AHEAD 6HEET t 0?+6HEET >H (WHENRSPECIFIEDTINTCON RACT/ • ADOPTED v. . CITY OF RENTON • ' STANDARD PLANS i a. LAST DATE:12/20/2002 • SP PAGE KOO1 uom.......miuumm.NNMIINNIIIIIIIIIIIIMIIINIIIIININIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII! t; • • 1 i . , 1 rht1 'OA $ NOTES • Ii till .E • RII.2 I .tro $ I I. MODIFY RRGULAT0RY TRAFFIC CONTROL DEVICES 0/d / A Q.O 0 i FOR THE DURATION OF THE DETOUR. RO •AD j y Ro D\x2o-3 `� / � i � to / 2. TWO FLASHING WARNING LIGHTS (TYPE A. MUTCO) I NORiN (GLOAD r CLOSED \`, SHALL BE USED TO MARK EACH BARRICADE AT NIGHT. 500 3. DETOUR TRAILBLAZERS SHALL BE. INSTALLED 03.101 �' THROUGHOUT THE DETOUR. xir AIN $'. 1.'1,7: I" i r. FT 1• / �. SIGNING SHOWN FOR ONE DIRECTION ONLY. • ROAD\ ,../, / x20 3 S. COORDINATE WITH EMERGENCY SERVICES. N,•e DET0UR CLOSED Ki•3 112111 1 I 1 F00 .:'`y i' yRO.A��flgq1 rC!LOSED ..� i AY1 MILES AHEAD I RB/x3 4...1 „LOCAL TRAFF C ONLT;! (it,e 1 1. U4.101. i ' t a ,. I. : SIGN SPACING � X (FEET) jPhosrpoe. AS/IS tmlo,t SOW** • • Urban Arterials i 35/40 t+rtt 350'•• i KV^� M3•I R1Kot$o.ea i "III • B/x ' UN Stromlo 2S/30 200'•• RestQMttot Area i WIN T L Witness Otafrtel • $.• i R1f1�� $I 0- I 1 Alotpw er*book on nra+ps E. i 'ILO ,t:tlR M,•B 11AoU,otMrmUo hstonatsa. • a • M m mt.I (LI NOR.11 efu • io, A I D3ti/IC01 , / '''\ . 0-- 4,;_ A PH AD/2 Ca to * :213 0 OJ Ate Otsxt3 Ab0 �b I3Tb LEGEND ff�ONAL 6�0 I �. w20.2 - 0 TYPE 3L BARRICADE /-, I0xrgEs vTtlbta 23, 003{ 42% TYPE 3R BARRICADE ,O•A.D ROAD CLOSURE WITH OFP-SITR DETOUR 4S 1 GN LOCATION • POST MOUNT /CLOSED . STANDARD PLAN x•2 • ;AIH(AD/ I UT t of t alitE!T ADOPTED ;x203 • 4' . ' CITY OF RENTON PMitiFt _"lawrisrad er"" STANDARD PLANS w11•wC •� . > :., LAST DATE:12/20/2002 -- - 1_ . • EN0 G20.2A lEXCEPTtFOOROfI DOING REa _t s) SIGNV SPACING = X (FEET) NOTES . • RDAD gen 1. FLAGOER STATIONS SHALL BE ILLUMINATED DURING mill TAPER • *tortRurdl�oeds AS/SS MPH 300'+• HOURS OF DARKNESS. 30/35• 40. • 0 U'ur!�glRcn Arfvtele & • • 35/40 MPH 350'+• 35/43 ' 30 i0 Roede, 2. EXTEND DEVICES TAPER ACROSS SHOULDER. _ oos • 23/30 _ 20 40 = ►Sefa 3. SIGN SEQUENCE IS THE SAME FOR BOTH DIRECTIONS 25/30 MPH 200• OF TRAVEL OH THE HIGHWAY. 040k1.• • Restos fto Aria,.1 Bus e Oleirlets4. RA010 COMMUNICATION gCOMMEHDEO BETWEEN Wel;AIRV801•r• l; en etortT• FLAGGERS. REDUIRED 1F FLAGGERS D.0 NOT HAVE CLEAR 1 o `©0 urA•Aa rh•r.l•• e.tlena►•eL • Y IS I.ON OF EACH OTHER. s/;/::%•s• • ll. • . . o •.�1 ' .t 1 BUFFER DATA • y`p� % • I1, •• OP IONAL IF 40 MPH OR LESSs B hl► t BUFFER SPACE `�N o As .04. • sPcm 1MPM • 23 • 30 135 Rol n so 1•515 ,1 MORc• ••ti� ` 0 '*�l�' i W20•'4. LOON If•etl Ss` es no no i 220 280 3336 I •.‘ yO•�O�a, WO Pf103tCftYi a>cs Rol A11(Jw CO A11tt�•R 020.2A i ` • ,d y�' mint TYPICAL mete Postce l?ATkHAtIT • i Ja . ••M20•TB TITS LOAOSD K NMT "SPUD eralkTM A i +/ �. } BE ftJsI frtyAk Most) J •• �� `�,, PREPARED YARD • + '� ' 0 i M20-� ,T :�.000 so ; is i+r "l ' LANE " 6° i 4 / ' ,ttooT +5,000 So-ss a0 .,/ je AHEAD ROAD N20-1 '-A i toH —73"'. n x WORK _• r.Alloo mutt 10'00D BE ' W20•TA e. - ;� / AHEAD PREPARED Al* ROLL AHEAD iTOPAIHa OISt ASs.WFd OAT R)►vEiIENt. 0 ST, LAME ••W20-Te �`'`�_ r3'°''�f4 • ROAD •ROAD • \• �ot Twrt� G' ROAD AHEAD STOP 'pP-1 " 020-2A iiee WORK , W20-4 WAIT FOR 20,or C.6 fes'=. • AHEAD, PILOT CAR • R/ • '420.1 USE THIS SI GR *O�♦4 T`�io`fib IF NO DUTY. 1 ' �J/bNAL g�© tibitiFrOtteaT. CAROP RAT11HS THE 14AM 11400MM.A23,20031 LEGEND, AL,'>'1ERNATINO0!!t!•1AIAY N SIGN LOCATION • TRIPOD MOUNT SIGHSHOWN ON THIS . LLTftLAQt3LRCO,NTR 314.13) a a a TEMPORARY TRAFFIC CONTROL DEVICES x{20.4 ,� 204 c 6" 0'R R'TLOT CA CON i'ROLLE:D 36 X 18" 11/11 STANDARD PLAN K4 i FLAGGING STATION ' SHEET1OF1SHEET DID 'PILOT CAR ADOPTED PROTECTIVE VEHICLE :Kt Olt ME� WOR IMH£N SPECIFIED IN CONTRACT) TON PILOT CARP PILOT CAR . CITY OF RENTON EXISTING STOP BAR IFOR ROAD'APPROACHES mme .�+�+.••r� � +0.10 , STANDARD PLANS AS H.EDEO) • LAST DATE:12/20/2002 .--...... 'VIVA/ I I � • i { NOTES \\/ . (•17 2a•tA fol -) -------1 i. EXTEND TAPER ACROSS SHOULDER. [°1] 2. THE MAXIMUM LENGTH OF WORK AREA CONTROLLED BY F ��� ONE•WAY TRAFFIC SIGNAL IS 40.0 FT. SIGNAL TIMING SHALL BE ESTABLISHED BY OUAL1f1E0 PERSONNEL. '16\ : « 3. SIGNS SHALL B£ POST MOUNTED IF SIGNAL REMAINS IN PLACE MORE THAN 3 DAYS. WORK at ■ tar:.aw. BUFFER DATA IIIIIII HEAD ��• E lta PAYE1}ENT BUFFER SPACE d 1120.1 •o. a 41.°' f sm.!, finis n re n se ss .fid Y4•WR RI0.6 itiiet"11 SI N ,Oe rte no. 2q en 1 i STOP O. 0/M itCtrili r0 nu aga0 pat • �« ii. \ . 7440 ifE l � i ve�n.t ttr+Gt rotas rostce stataullr AHEAD �' STOP Mt toAom.eort SPUD orctattrt n� �1� got w 6eS1 WO iN■fl Rt0.6 0• `` p. REO rig tree tr20•� 6/r �•` �QY\`` QYbr'/h Ir /Y 011 inlet 21,000 $ 3 , N'% . • Y2o•4 teotttlura Need sa•5 . qtr, LA 8 `� � 'ARHOEAO .sae O1 ttmt s Y20.I 0/Y ROAD Batt • sto++o t .si+rc to.�vtK�t. e/r !IIIIIiis%., WORK ' CNANNEL�- t�:•�v�:ct s'A��Ka c�c" AHEAD ctxet*T R Ft"�a�tR Rcpu.,aBstlEct?� ` • MIN TAPER • tVIMNT nits 4c �. 33/43 30 60 I • 40 M 1.. ,t ARr 1<f 23/30 20 V TAO• /"C LEGENI? N SIGN LOCATION • ROIO'1fQA�t� *o s is o �4 TRIPOD MOUNT 020.2A A'Ap*III°o ... • 0 a a TEMPORARY vat sr.;no•10101 ►tatfRL?;OVA to toes I • A FLAGGING STATION 'tD0°` ' le" 400''• A TER.'ATF NO ONE-WAY union Anna. s�+o. ma.. RCMPO,RARY nt intra;ria.to 2sn0 tom 200'•• a aNA CONTROLLED PROTECTIVE VEHICLE �•�■�Moneta STANDARD PLAN K•4 (WHEN SPECIFIED I N CONTRACT) ■Ioe�on etwu on orgr+p� ueM.i■"Otlmvlw b■tOt+afe6 Mr 1 OF 1 SKr t!- . PORTABLE SIGNAL ADOPTED 8 FLASHING BEACON • CITY OF RENTON ,x~.11.,1110 11 ,, , G n .. STANDARD PLANS A _j•0 _+ x + S. . ", LAST DATE:12/20/2002 • -- Elmor sr moms .r 1...1. ........... •A Ar �� ' Mil Milli Ili MINI NIS MI INN MI i lip MI IIIIII IIIIII NMI NIB NIB Ell MI Mil MN . : <,..:,..' . • - . . , • . , • SIGHT DISTANCE DATA " MN. STOPPING SIGHT 01ST. : S , * 'seem uter ' 7,7:77,177/T/7- /- MPH 25 30 35 40 45 SO 55 , I ' . ' • i 300'.3T5' 450' I Fut ts. too' tso' 225' 1: DISTANCE 17,91917.%),*(;767/'9177• . i DISTANCES SHOWN ARt 111111W/OA. • //i*//07*,?,-/F/// 7f-/•/7' • / . USE ADOITIONAL 01STANet 1RMI MURIA. . /,70,-,w-„- ./.7/,/ 44, NOTES 4,,,,,44'7,/,-,7, -' •'., .,' y;7";/,' /4.'. /,'I',/,' •-.- - `-',5 . 1. DAYLIGHT HOURS ONLY. W21.1 „ie Ift)16.444•?k,',"I/ BLACK ON 2. RADIO CONTACT BETWEEN WORK CREw ORANGE• / ft0//Affirglill AND SHADOW VEHICLE RECOMHENDED. . WORKER.: 1 I • ••: " . 1 ' •• f i SWAM ViNtelkt MAINTAIN MIN. SICHT DISTANCE . 4 0 g "5" 1•SE(tCHANT) TO APPROACHING TRAFFIC. MEMO TO kelt I I OP WORK VERFoLE ' • : •-r-IJI . • pais • W20.1 7._ PnOsRucETABLESCHIGNANDGEtsAttAys 4.4 i . ' BLACK ON . 1 ; ORANGE • i 4 • i . ROAD I I . • . WORK OR mufti BE .100 ON PREPARED. . -.4.#-. . 7/74.r./(/.'.'? ./ 17/2;77,1 1 * • , /PAV,e;', ! . ROADWAY TO STOP . .,. i,STAN er,,,,,i)-A., i ; MOWN? TO BACK g 1.S SP 1.S Ste, . • 7//74; i 1OF MOOR VEHICLE MOUNT TO RACK • .`;'-•,•••'.(;,:!/ /40••• 1 Of SHADOW VEHICLE 4,,C,4/ ,', 1 • • 2../. /e,,,//' . , NO 0*. tA. . ••V -le Itu,p,'%‘• • / - • *:. • el. N. . . • . • , . ,, . . LEGEND .0,, 00, Adtematil 0 • # .11/4 % clie WORK VEHICLE WITH FLASHING AMBER WARNING BEACON : 01 44 to$0 $n Ens SHADOW VEHICLE WITH FLASHING AMBER WARNING BEACON I • . timw,s•erutik 23,tam' (WITH TRUCK MOUNTED ATTENUATOR WHEN SPECIFIED IN CONTRACT) • MOBILE SMOULDER OPERATION WITH i LANE ENCROACHMENT STANDARD PLAN KZ MET 1 Of 1 SKEET ' . ADOPTED CITY OF RENTON 1 :1:.. 1744.7"Aw"go :7".pr.— Am STANDARD PLANS "a1N • • . : . 1-ASTCATE: 120/2002 ! . • co DAne Ta.114 i 1 , NOTES BUFFER DATA CAANNEl121150 DEYtCE SPACINO dIEET1 MINIMUM TAPER LENGTH e L (FEET) I. EXTEND DEVICE TAPER ACROSS SHOULDER. BUFFER SPACE 2 8 WM t to D 2s 30 35 40433'so SSS) 60 SS 2. DEVICES SHOULD NOT ENCROACH INTO SPEED ROM 25 30 35 '40 4S SO [IS:1 {0 SS 30733 40 ; 60ADJACENT LANES. 33743 30, 34 10 10S 110 203 210 450 500 SSO • - I.DICTK tf.etI SSS IS 120 Ito $D 26035 45 468 ••- 25730 20: 40 II 11S 1N 223 255 45S 550 SOS 660 • 3. INSTALL PORTABLE CHANGEABLE MESSAGE atotEttrrE rEltCLI ROu.AHEAD DtSIla•R1 SIMILENINNADVANCEtOF ILANERCLOSURE. _it 12S 160 243 320 PO NO 660 no teo eEawxE trrlOAt room- POSTED stA11ONA11T 4. USE TRANSVERSE QV/ICES IN CLOSED 11rt LOOM IITAIt SPUD ort7toom LANE EVERY 1000 *- 11D31 woo Hart) TARO ,60.65 S. TRAFFIC SAFETY DRUMS RECOMMENDED Dm4 Tim 24,000 50.33 n FOR HIGH SPEED ROADWAYS AND IN TAPER 45 50 SECTIONS. USE LIN LIEU OF CONES). 2 NC bass CO 6. ANALYZE THE TRAFFIC VOLUMES TO ALMA t�Nbt tt.000 lass s • DETERMINE WORK HOURS TO MININIZE 4s n W4-2L 120-SR ttoN MON i0•iS \� W20-I TRAFFIC IMPACTS. t -. 4 7. A TEMPORARY RIGHT EDGE LINE ROLL MAD STOMO CtS ton ASSIMIS OCT ATOM /RIGHT LANE IS REOUIRED FOR A LONG TERM •CLOSED ROAD CLOSURE. j• AHEA).. WORK , . AHEAD, SIGN SPACING = X (FEET) Geo-2A •Rural/Mods 45/65 MN 500•.- IROADIRORK Urban APt.rra.1 35140 vt►l 350'•. 500' SEE NOTE S.1 L X X _ X ItLeollt•od4 MAX. R SEE NOTE Prd�• 1111111.1111111 B S IAN Urban$f' 23H0 Y1•+1 200'•• 7 , P.uaana Arita t, A .���>�..�... business Dt•tr1Q3o �;���' a�to����� � �4K•r��•.wi�s. AS Io oro� on oraq� aft p 0 un�:ii ogler• anlo�t•a • 4 co Al 0. • e 4 • CtiS/M a oe _-- ..—1 0...0 16.0 41.0 ILL.c O.—JO. 2'141N. SEE NOTE 4. ` 411 SEE NOSE T. i 10. t • !y of s tl-' • 6' ��Q tizt 7 PORTABLE CNANCEAELE • MESSAGE St+ON DISPLAYS w �,' 44 LEGEND 1 2 ff/OXAL d�AGt SIGN LOCATION-TRIPOD MOUNTED iR1cwTI122615 Nc1$ ER 23.20031 Llts:• MILEppp SEQUENTIAL ARROW SIGN CLOSED ANEAO 1 S SEC t.S 3EcMOM LLANE CLOSURE a a 0 TEMPORARY TRAFFIC CONTROL DEVICES \.-1` FOR DIVIDED HIOHWAY I O: PROTECTIVE VEHICLE STANDARD PLAN K-$ (WHEN SPECIF IE IN CONTRACT) 6NEET1 Of i stlEET ,UIIEGi. PROTECTIVE VEHICLE WITH TRUCK MOUNTED ADOPTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT • CITY OF RENTOR F R HIGH SPEED ROADWAYS) A STANDARD PLANS E3 PORTABLE CHANGEABLE MESSAGE SIGN 11.7:77.7.::::+700.-tdirm7".....1 + + (WHEN SPECIFIED IN CONTRACT) .�+...+ +"~"� _•� .; LAST DATE:12/20/2002 mom= �� imam �� �� eta �� moon �� imam ..�� �� .�� . _mosso n t..�. Ell:. EN EN MINI OM /I UN 11111 111111 11111 11111 NI 11111 111111 NE NM 11111 11111 11111 , I • • W20•I ,//•,., • NOTES ROAD'• 4 4 4 - 4 END 020.20 I. EXISTIABLEOSHALLTSEOREMOVEDNORMARKITERATEDLONGER K WORKROAD WO K AHEAD ` I I / 2. TEMPORARY MARKINGS SHALL BE USED AS NECESSARY. �ron 'V ( I3. EXPOSED ENDS OF CONCRETE BARRIERS SHALL BE 41 POSTED RI010 RIGID SEMIRIGID ill. I SPEED SYSTEM SYSTEM SYSTEM MAINTAINED OUTSIDE THE CLEAR ZONE AND ADEQUATELY ' MPH FLARED OR FITTED WITH IMPACT ATTENUATORS. — sn erf _ f6*t 1tt 4. STEADY BBRSENG TWAMRCHAGTLtZTNE DES Ti i. :S ' t3t1 14*1 �t NIGHT AS NEEDED. t��t t• � tet S. ROADSIDE BARRIERS AND END TREATMENT SHALL 4 t ra et ? BE CRASItWORTNY. 2'Mtpt OR 8 LO+q t �t �I 6. INSTALL NNSSTA L L PORTABLE ONANGEABLE MESSAGE I LONGITUDINAL BARRIER I MILE IN AD.VANCEIOF)LANE CLOSURE. BUFFER DATA ;I,7 0�� FLARE RATES • BUFFER SPACE * B l Stto MMf 2S 30 35 40 AS' SO SS. b is ( •I 0 V12�Y03R • LENGTR et«n SS 05 a0_tut X220 21e 333 MS.40S •;I /� MINIMUM TAPER LENGTH - L (FEET) �. %, �"{h 2444441544•4 from eft 2S 30 33 40 45 SO SS 60 es PORTABLE CHANGEABLE I t0 103 ESA 20S 2t0 AsoS00 PA - MESSAGE SION DISPLAYS I t�pprqry . le►T`t fl° t t MAIM SS 2S OM MS CS MW - 1 PCMS 2 • \ m Y1 0 SOfR 12 123- I10 243. 330 $40 500 110 120 Teo RIGHT ONE I I LANE MILE "' CLOSED ANEA0 WANNELt21N0 DEVICE SRAGtNO tPELTt I.5 SEC !.S SEC 020.20 1 # j -' G •21L) urM TAPER TANGENT ROAD ORK I ,i ; i, 30/15 40 to I1 3}/,s 30 10" * � x 2si30 to 40 D. t ' ll'txstALL rxESE stOxs M2o•StRt fi �',. SAFELYONLY (ONTCAN BE BARRIER ORIN1 '. I : 1 RICHT LANE\ CLOSED caTT` A WIDE MEDIAN. 1 °l " AHEAD I. * ���, . �\ \ Irf t0f eStTc O�� \. 1/01fAL b� LEGEND / ROAD 4 SION LOCATION-POST MOUNTED ` I a * 1 **fFram WORK SIGN SPACING m X (FEET) Icons•arEMloNt S.20051a TEMPORARY TRAFFIC CONTROL DEVICE •AHEAD;' Ruroneed. WS ERN SOD'•• LANE CLOSURE WITH • i .. TEMPORARY CONCRETE ® TRAFFIC SAFETY DRUMS ••••t•-• OBLITERATED MARKINGS (see notes 1t;2! \� w20.1 Urban Art.rlalA Assi4o 1.044 ssa•• BARRIER Rurobot% STANDARD PLAN K.? --. TEMPORARY CONCRETE BARRIER N/REFLECTORS RtrdRo°eA 6412271011 NSW 40a SEQUENTIAL ARROW SIGN Urban atr«r. 2si3o MPH toa•• R•.teNn}teI Ane.1 I APPROVED MR PUBLICATION 3L TEEMPORARY( t MPAET ATTENLl�1TORS _,�, . rrwRw.M Witness Ot.frte�. t WHEN SPECIFIED I N CONTRACT(. ,,,,.—..,...,..,,.,,,.,,.w�.C.�..�.M..�.� Ax alone ore block on orange ADOPTED PORTABLE CHANGEABLE MESSAGE SIGN IMIFIROI" unless otherwise deslcnoted. CITY OF RENTON (WHEN SPECIFIED IN CONTRACT) G„_,,,,� STANDARD PLANS IP . 4 LAST DATE: 12/20/2002 i; • NOTES 1. OTHER WARNING SIGNS SUCH AS LOOSE GRAVEL. TRUCK CROSSING. WWI ABRUPT LANE EDGE. EIC. ' SHALL BE USED AS NECESSARY ALONG WITH ADv1SORY SPEED SIGNS. 2. ADVISORY SPEED SIGNS ARE DETERMINED BY THE ENGINEER. 3. FLOODLIGHTS SHALL BE PROVIDED TO MARK .. FLAGGER STATIONS AT NIGHT. W20,1 ENO OP PROJECT 4-1 BEGINNING OF PROJECT iliff 1' Rex R• !!/1f N20.1 iff 020.1 MARK is I Oct -ROAD o� w. R WORK or c20•20 A0J9�OpR AHEAD , 1 } PASS AHEAD NEXT E I"'1A 500'A. 200' �`A ' Zen AIIIIIIIIIIII ' 1 • �� ll SIGN SPACING = X (FEET) M _ — -. — — r. ! ..� Rurdfeeds WSves un+ $004. I� 200,1 ! 1• , SOON •t /h rul dR arida 4 "140 ++ 3la.. ///1.~. N RUrbanumen Strew 2Si70 VFW 2004• —!... � Tedgorary M O AOAO NOR Rara.ntta,►reo.i ROAD S;. Pavement I MARK M20.1 020.20 Ovtlnsa O4trtate WORK or (tert x yam) uerkin0 AHEAe'. Atom Ore bleep on trompHEAD tRNU stner.tss 4eslrated, *1220.1 • *Sign 020.1 shall be used when the V20.1. NON • WORKING OURSj work area length exceeds 2 miles. V .0tAt'r *o m> . d a LEGEND -1/0NAl, JI' . . 4 SIGN LOCATION-POST MOUNTED • ititilttS„ ,� 32120331, 2osl 1 • PAVING I OPS.RATLONS NONWORKING HOURS STANDARD PLAN K.8 my 1 Of 1 SMEET . ADOPTED CITY OF RENTON Z ++ STANDARD PIANS 112egligigagi *4— . LAST DATE: 12/20/2002 OM= IMMO r rta IMMEN MEM MEM •IMO. MI N n - r MN MIN ;11111 r — N N — — - — N NM . BUFFER DATA BUFFER SPACE A B SIGN SPACING 2 X IFEET) 1. NO ENCROACHMENT ON TRAVELLED LANE IF ENCROACHMENT IS NECESSARY, LANE SHALL Sne WPM 12S i 30 3S 40 4$ SO SS SO is - i BE CLOSED. , _ Ru dReodai :,4S/SS RPM S00'+. t.EN6tN 14.atN tt0 220 PO XO 4R �!S • Urban Art#IMa ' 40 MPH 390'+• 2. FOR OPERATIONS OF IS MINUTES OR LESS, PROTECTIVE WWII ROLL AHEAD TANCt• an Orono ALL SIGNS AND CHANNEL DEVICES yea= e.O3Dt YENCIE POSTED ltAt10NARY wets oth r {N deslroted MAY BE ELIMINATED. 2TP2 1.0AIK0 REIdQ SPEED OPEII,010t1 ' 0.20) 16ip16 000111' 4 LAAO 90 45 ISO = � txAtr tRutx 24.000 PIS 1s U0 45 SO 2 VI 6045 AO 1111=1111M11 TANGENT TR11at 15400 SASS i00 50.10 40 50 TS 40',43 30 6.4 , I TON 3043 200 1 RCA UM13.000 . POxt'160.A0 StalmO• Ilk ,4 T.• MINIMUM TAPER LENGTH CU IN FEET • i ,1i.atl Lona "steel"steelsSM"SM"to oro 14o 2S 30 3s 40 43 SO S3 40 II tO - 14301900?SO • ••i-•• •••!.. + I! - 49S900 t09 tt0 .I t2 - 940t00 t{0 120 160 ' +- • r2'n1tn. p o 4 6 n c c a M M 11 ' ° o. ® RTrivA, `/ M *ZtO.z� X X v 1. 3 B 10 o! A+At"�O SOO'MAX. /4-11.` ROAD MOULDER ! I N' = Air WORK • LOSE' IROAD WO. I. G20-2A ro. •P� t:1a ,+ tr HEAD SSW `'� otetl:, �• MORK . `: t40 MPH OR HIGHER> °foNAL d� 1120.1 W20-301ROMS KAMBEA 23,20031 M21-5 • SHOULDER CLOSURE LEGEND • HIGHSPEED • STANDARD PLAN K.9 q SIGN LOCATION-TRIPOD MOUNTED • *eaI Of I SHEET 1 . a a a TEMPORARY TRAFFIC CONTROL DEVICES ADOPTED PROTECTIVE VEHICLE WITH TRUCK CITY OF RENTON rt�,,,,r..,;,,�..�.w...:., STANDARD PLANS MOUNTED ATTENUATOR ....r.roomy rA+.•,... � (WHEN SPECIFIED IN CONTRALTI rwor..../..= ,` LAST DATE:12/20/2002 • SP PAGE KOO9 i ' • • BUFFER .DATASIGN SACING = X (FEET) BUFFER SPACE a B PEE MINIMUM TAPER LENGTH (LI IN FEET jS . SD tea 11135 1141 urbantlrbonArlandMPH3 • Lone M1dt1 Posted Speed 101019LOCH treed oe — j I Restdentlot A{•eea& 35/30 MPH 1 feet) 25 30 35 40 Qu'Maa Oissrlsf. 200'+• I�ne 10 105 ISO 205 - ur(w)�i otei rliikdir er t - f t 165 cxAxNEttitNO 0tY1Ct l�AC1N0 MITI - MPH TAPER TANGENT ! 12 125 150 24S - 35 30 60 • • 25/30 26 40 • • 30' MIN �2' trin. . -} j 1 a a a a. a a s a o x a x 4 0 ° ° 1S®Z fy( E/N I •• • ('ROAD\ % \ ' • WORK ,•'SHOULDER . 500'MAX.• •.AHEAD; . WORK EN, 020-2A ;ReAD WORK, i i v 0,�� •. W21-S j r et fop -0 W20-1 ! k�c` ti 25/3 • •0J IA .6 tsta ti0 b. , • O- N SIGN LOCATION-TRIPOD MOUNTED �Jd/ONAL B�G� a a a TEMPORARY TRAFFIC CONTROL, DEVICES • IEzlIES AINEWeER 23,20031 Ems PROTECTIVE VEHICLE SHO.MOR CLOSURE 1)tHEN SPECIFIED IN CONTRACT) ; (35 MPH OR LESS) LOW amp STANDARD PLAN MO 6HEST 10A I SHEEt • ADOPTED y k• CITY OF RENTON IN , * STANDARD PLANS l' • LAST DATE:12/20/2002 asmis ssm.. use MEM 111111110111 ras,NI sasses• assss111 • . . . . . . . . .. ..�•• •• ammirm OM r MN MO MS - MU NM OM ' ON MO n MN • MI MS • I i . • . NOTES 1. THE SIGN SHOWN IS NOT REQUIRED IF THE WORK SPACE IS BEHIND A BARRIER, MORE THAN 2' BEHIND THE CURB, OR 15' OR MORE FROM THE EDGE OF ANY ROADWAY. X / M • SON SPAM ft tfs ) . �./•I' ' ' Strc1 04 s. 4V15� MPH p�Q'*- ROAD Urm:O.n Aryor{cia 35<AD MPH S0'+- WORK i �Urbch �trteers . AREA° . ,RReslde 1 ettstclzAmp 25/30 MPH 200'4- W20-1 AA:signs ore black on orange unteas otteerwia.e de&cncted. WORK BEYOND THE SMOULDER • , 1_ I 1 i W21401 I 1 , ;/ WB-1b01 1. SHOULDER EXCAVATION SMALL BE (' ABRUPT `\ WANING S •GNS•.- / NO \ LIMITED TO ONE SIDE AT A TIME. • LANE 'LOCATE AS NE DED FOR SITE CONDITI.OHS < SHO.ULO.s EDGE • TO SUPPL MENT WA NING SIGNS. • 2' ! . MIN EXISTING EXISTING LANE I EXISTING LANE SHOULDER TEMPORARY TRAFFIO.XtN CONTROL DEVICE I 10110/44 S' I A� k.'A • SHOULDER WORK AREA >��., • ` , �s,4.4,E �`��00`, .`i f tont. 6� 4s' WEDGE OF COMPACTED . • STABLE'MATERIAL OM enteeti 23,2c031 SHOULDER WORK AREA PROTECTION SHOULD.RR WORK NON• ORK I'NG,HOU S AREAS STANDARD PLAN K-11 • !MEET 1 Of 1 SHEAT ADOPTED ' CITY OF RENTON • a ,,,r; ... * STANDARD PLANS trie • LAST DATE:12/20/2002 • ' SP PAGE K011 . • NOTES PROTECTIVE VEHICLE ROLL AHEAD DISTANCE ■ R. 1. WORK VEHICLE AND SHADOW/PROTECTIVE VEHICLE SHALL USE WARNING BEACONS. • VEHICLE VEHICLE 2. SHADOW/PROTECTIVE VEHICLE RECOMMENDED.. SHALL MAINTAIN 50.0'•1000' OF SIGHT TYPE WEIGHT STATIONARY MOBILE DISTANCE TO APPROACHING TRAFIC. (LBS) 3. THIS PLAN MAYBE IMPLEMENTED ON MULT1•LANE HIGHWAYS WITH LESS 4 • THAN 10,0.0.0 ADT. DUMPTTRUCK 2 .000 100'ARD t73' 4. 1N THOSE SIT TONS WHERE MULTIPLE WORK LOCATIONS WITHIN ROIL�ME�D STO►rRIO OIStA1kti ASSUME!ORY PAV[11[MT THEIDItSTANCEEg t_IE MAKEITPRACTICAL TO PLACESTATIONARY HWORKNS. SHOULD NOT E>BE<CEEOE2NMILES�DVANt;E WARNING SIGN AN TH 5. IN THOSE SITUATIONS WHERE THE DISTANCE BETWEEN THE ADVANCE WARNING SIGNS NO THE WORK 1S 1 TO 2 MILES. A SUPPLEMENTAL DISTANCE •• i • • PLAQUE SHALL B.� USED WITH THE ROAD WORK AHEAD SIGN. • W21-S W20•1 SLA KG E/ ON BLACK ON • /SHOULDER' ROAD ORANGE WORK , WORK • . MOUNT ON AHEAD SHADOW " VEHICLE {{ NO ENCROACHMIENt I SEE NOTE 4.4* 5 . \INTO TRACIIC LAI/ i . • lit. vE E REA I I • I (.,.._I*ylM®N 1R « . . N o; .tI not, • ��� ., • 04 , i4: ' b *oma. *1 1,:*0 4% .fib 00187 Bf/0HA4 1$ SNORT TERM*DURATION LEGEND • OR MOBILE OPERATION SHOULDER'CLOSURE SEQUENTIAL ARROW PANEL • TYPE "8" STANDARD PLAN 1(42 ® (CAUTION MODE) . . 4 EM1 QM• EHBET ADOPTED 3 TRUCK MOUNTED ATTENUATOR • • . CITY OF RENTON "Z=::"r:. . ,0 :n * STANDARD PLANS WARNING BEACON � `"��~ *Q* •/ LAST DATE;12/20/2002 . �� .. PAGF�{D 12— �� �� MM. 1.111111.1 �� OMEN �� -�. NIB UN MI MN MN MI NI all INN MI NU NIS MN, MI NM NS 111111. NMI En • • ROAD a---...1s4---7 1;=f;r"C1221fistimbf.1-f2(.I:1:1M-14121 x20.1. WORK t 1 I l • ' a.a_rf_I_____tJ:_____a W21.not xa-fact x2o•f AHEAD . 1 I 1!„.... , ....i. • ( OM• °`' ' ABRUPT NO ROAD I LANE SHOULDER AHf AD • 420-2A C20.2A (ROAD 11oR11 • 1 . h-A • • i . R �� L/3 .. X x x /� to `irriiiiirrirrirr y i/ir�r r • • I j L___. — x20.1 b /� 1 L • 'ROAD AOAO It" !�•A (ROAD. WORK 020.2A I I ' L i c2A�'�A HEAD 2 WORK Meow TAPER LENOTH•L tf..+t X I HEAD rtto :s 30 33 Hifi''�goose 1 co 15 to BUFFER DATA f »t+ W20.1 BUFFER SPACE• B t0 $03 130 203 Ito 450 300 530 S►EEO tem 25 30 ^33 40 45 50 f 35 11 113 10 223 223 435 330 105 • • • 11'NOTN M..tH SS OS 120 1T0 220 28033312 125 180 245 320 340 800 130 TYPICAL ROADWAY SECTION A-A BUFFER VEHICLE ROLL AHEAD DISTANCE a R - TE1A901MRY TA�FF kCt tCPAt@DIR0t mitt ;fTE1 (b VP3 ti Pogo ATR tN 'LAN b,3 0 (f"N$) ffNlH lXi51 SHOULDER YORK AREA 11 O.X� /THIOR EXISTING LAMEj€Xtl1LNC 1�•A A8° . 24,000 SO�SS 75 S, 2 4P t' OT �W �� T 45 so 4fi titi %`./'� 2 TON 13,000 50-SS 10.0 EO. PACO TRUCR 4S TS is .4 ROIL AHEAD $70AP240 SIGHT M A ICE ASSUMES MT PAM'EMEN! 1•��i3.MO 44`IM LEGEND '�liONAL 6*0 • NOTES N SIGN LOCATION • TRIPOD. MOUNT 2200°1 oaoSIGN AKY TRAFFIC CONTROL DEVICES I. FOR LONG•TIRM PROJECTS, CONFLICTING PAVEMENT INTERSECTION SHOULDER MARKINGS N LONGER APPLICAQLE SHOAL. OE REMOVED. pRK. ® PROTECTIVE VEHICLE TEMPORARY MARKINGS SHALL BE USED AS NECESSARY 41AFAY INTtRE;ECTION (WHEN SPECIFIED 1N CONTRACT) AND SIGNS SHALL BE POST MOUNTED. PROTECTIVE VEHICLE WITH TRUCK Mpp�UNTEO STANDARD PLAN K-13 ® ATTENUATOR OMEN SPECIFIED IN CONTRACT eHAHNrutmO GTAItR AtNo tt..f) tfNEET OR+aHEEt FOR HIGH SPEED ROADWAYS) MPH TAPER , TANGENT ADOPTED sono - 40 AO S • CITY OF RENTON • .H.*./1a**:P•.•+++.. rw.R 35/4S 30 60 .) 4: i +^ 25/30 20 40 4. .0 STANDARD PLANS 'P�; LAST DATE: 12/20/2002 RP TwIc 1(011 , �, NOTES • 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY. 2. USE WARNING LIGHTS ON BARRICADES. l � ' t 3. TEMPORARY PEDESTRIAN ROUTES SHALL BE COMPLIANT WITH ADA REQUIREMENTS. 0+ R1.3 ,+,� 4. SNR PARKEH0?SMALL AMIO BLOCKHIBITED FOR AT LEAST 50' PARG.. RIM OE f1 K 5r•4 ....� [7R 4"x34" SEE NOtE 4. 4' ,C ,E/w ' �� STO. 6 xs ARRO1} { 51•6 Il 36"x35" 1 a S?0.46"0 5 ARROW 1 ~ I -aSID ALK I CL°5EO :111W SM �11 4 ,e " A 1 USE OTHER • ,S40. 6 x! ARROW T 510E fr . : sr•s 36"x36" • 4. 1�+;p 1N1. I Sr-t 4" C EIA .;• f• " 3A"x36" SSG. 6"x!" AAROfI •�'���,R�'•'r -* 4" t 51W SIDEWALK •% -. f ROY.IO[ A A COMPLIANT! I j"r•.r • A�.S S -., Ltt RAISED , CLOSED wAuwA * • RES A ROAOwAY• ! Rs.tOC I SIDEWALK ` " USE OTHER i I o? ` I USE OTHER SIDE SIDE I I r ThLH — ts5, }O�*��ItT�5 �� j ',stow. g�D IW ES tt becn z>.- )I PEDESTRIAN DETOUR — PEDESTRIAN TRAFFIC (NONWORKING HOURS) CONTROL AT ,NTBRSECTIONS LEGEND • I I snt* Rs•loe STANDARD PLAN K•14 • PRONIE%TED I p/w SHEEN of SHEET CI SIGN LOCATION-TRIP00 MOUNTED PEDESTRIAN DETOUR • ADOPTED • CITY OF RENTON 0 0 0 TEMPORARY TRAFFIC CONTROL OEYICES (WORKING HOURS) ,....�.,. ,t,.,.; .�...r.,.., A "s' STANDARD PLANS tao TYPE 2 BARRICADE ,,,w..r.,.i.•"'.•r••.r..w,w•...... LAST DATE; 12/2012002 ,Q am rs MN MN 11111 MIN 11111 .11r:1 . • rn 11111 MN as Mr MI MN 11111 MN r i • BUFFER DATA MINIMUM TAPER LENGTH a I. (FEET) SIGN $ACING = X (FEET) BUFFER SPACE I B ,Lr[Dih TARO sr.�a ,t Pwd ' 4siss�w Saov. NJ! ri 30 Ss 40 15 f0 Ss i,a+An«rla. 3St4o X11 35p.- • SPEED IIRNI 8 30. 35 40 45 SO SS ts 10 103 }S0 205 210 1410 #00 SIO R• idd•nttTAries A 2$/SO IAN 200'N Sustain 01.1Mef{. IE1104N(holt 55 AS R0� rtD 220 210 S.iS 11 , 11S 1IS 223 Us 413 ,Sso Sos AA.tpn,Pro Nteo11 on crag• P110tp, . VD02 1101.4 AKAR OKTAM •R it 225 90 243 1+r+•«efMr.tIe d.•tonot•a FROMM TIM LOAOEO ttPICAL Tilgett POSTED STATXINART na S40 leg .te0 LOADED PUNT SPUD OPLRA1 W t1WNICd!•Ip tl5 9RAC1A ArQTt MCI nRst t�npnl tf••tt w20- ROAD i ���� lAlt4 +want 4 CARO 1045 * 100 WORK T* L"eL[l;'w3 020.2A S.oi 4o PO kw Tim 24,000 S0-SS 25 • .1 AD x 1 3wa AD 00 45 So I n�So ,o 2 TON 10+65 50 o . CARCO TM 11;000 3035 100. ►WZO•TD" . ITON, , 14000 , 404S. 2p) . 1420!4 x • OPTIONAL IF 40 MPH OR LESS CARCO to* 1 0 •�o, M20rTA W2O•t ROLL A100.StoPPf10 MIMICS ASSNS OAT PAKWINT ''r x Wt•4R KEEP ••Y20-Td TO RIONT R4-fD � WORK ' � C20.2A 0/14 PREP AHEAD.. W20•TA. 1K 6 i (TWO Si6NS1 SOD' MAX. 0 AkTiffiriamiximissanamuiffsimmi/t I. • �� A' - • 40 i • b i=0-1;ova-6-4•4•• .-e*-P4-l_11 1 11.n-I i •1.4 0. ..Ill,++1, I ��d o.>s•a op�ay 4S• *`°(� *,. I.1i4!-a'ai-is-a a-•=R+ X X X 1: 0 ?L... W r i % L I SAO' MAX. W20.1 ••1420.70 �" ' ROAD et 020.2A . to 0 Elm . HEA) • 0 STOP • W20 ?A • 0,;�� PREPAtLEO 4.1r20-18 ' 4A 0 STOP i& it' Wt-41. 'W20•TA I • Nde'S. 4 NOTES � r f, . o • ROAD E 1, EXTEND TAPER ACROSS SHOULDER. �"et,*��'r'Iti`.�`fib LEGEND a AHEADw20.4 2. IF EXISTING SIGNAL. 11 PRESENT SIGN9L s/0NAL V- � ROAD SHALL BE SET TO ALL RED FLASH MODE' OR IV (s IgMMtR ri,700s1 m SIGN LOCATION-PORTABLE MOUNT 020-2A won% DE-ENERGIZED DURING FLAGGING OPERATIONS. AHEAD W20.1 INTERS CTION DI ' SIGN LOC AT ION•TRIPOD MOUNT• 3. IF THE LANE SHIFT IS SHORT AND HAS LANE CLOSURE SHARP CURVES 130 MPH OR LESS) USE S i GN ` THREE LANE ROADWAY le FLAGGING STATION WI-3 IN LIEU OF SIGN W1.4. STANDARD PLAN K•IS o o a TEMPORARY TRAFFIC CONTROL, DEVICES MITI OF1!MT (:•B PROTECTIVE.VEHICLE ADOPTED tWNEN SPECIFIED IN CONTRACT) CITY OF RENTON PROTECTIVE VEHICLE W TH TRUCK MOUNTED r•. ,.�.....M ....•___ G it STANDARD PLANS ® ATTENUATOR LWHEN SPECIFIED IN CONTRACT �../r- g."��'^ + AR • FOR HIGH SPEED ROADWAYS) LAST DATE:12/20/2002 SP PAGE K015 I . BUFFER DATA 1tO"t.' ROAO-1. '._... . C20-2A MINIMUM TAPER'LENGTH 2 L (FEET) BUFFER SPACE a B veli „ ROAD troRt. c E Patted Spew aeti . Nap, 23 30 35 ro A So SS SP[lO nA�lll 2S 70 !S 4o iS 50 SS I0•� to los 1So 2vs tto 450 sae eeo . ` 1E110TN(fnt) SS ss ao ITO rro 2E0 m I. o f ROMECTIM£111011.31011.AI 0 13311/43t e R 1 It 113 213 22S 27S on !SO IDS TMP*AI LOAM MCA V[HRClt POSTMO SUMMARY >< j 12 12$ 110 243 320 340 100 110 PROTLCT173 LOAM 521:14? MD OPEt1Ati0w •01120.111 YCNat 11141 flgh> Hint/ ,. SIGN SPACINcs 4 TARO S4 X (FEET) outman otM1a sPAdA owl DWP mu 24,000 60•SS is 010011,300. 4 . S.P1 S00"•. ithl_ , tAP[R t*NI*Mt tlhbOn Arterial' 35/40 11714 !30'•• 1S SO rl , 50/35 , 40 10 x20•tA R.d.rnt Strom A 2S/!0 tRll LOC e. ]!/1f ]0 r0. WAS Iso .0u•tnerr pima..2 TON 15.000 5045 100 23/]0 20 40 CARCO TRUCK 15 AR.IOnr aha Dlxii on orenga e•OPTIONAL If 401 MMPH OR LESS 1TON 60.4! 2 �� tAAC01R11Gt p'� SO.3S ILO. >K i 4.1 , eex20•t6 1S q0 �M no x4.21, tf20•SR 1420.1 ROIL ANL10 STOPMio(WA=A3SIA3 OR►RS bar �I 112b•TA J. rlIx 1l�tiFAilOt MiiiM G20 2A I f • ANE' REA• .I1 i1 , 100' MAI. LIM .....11`.$ ,11 I 141!. 411./.11.9m.111.r. , �. -IIt•.•.i' .I 1 I -k.'',!•••1.•• •.• ....�.•i - . r. x x I X I_ L.�x•�. x x .. ". I 500'. MAX. • •{ NK 1> tlOAO11oi 620.2A n1 a ��ti O.4.14,V20.1 x4`21 et M20.31 5 *120*TA t•�01*Atll/ C 1rt0•SR i.1e ti,< NOTES . :°': t i..` �1LEGENpo lean a• x20.14 ••••20.78 1. EXTEND TAPER ACROSS SHOULDER. 1�*blots . N SIGN LOCATION•TRIPOD MOUNTSIGNAL �d1pxAL b�� ,< 2. IF EXISTING SIGNAL IESPRESENT, ` SHALL BE SET TO ALL 'RED FLASH MODE" OR IfAPREt IgMErtiE1 13 200J !• FLAGGING STATION DE-ENERGIZED DURING FLAGGING OPERATIONS. a a.o TEMPORARY TRAFFIC CONTROL DEVICES I INTERSECTION „ x20.4 LANE CLOSURE CCU SEQUENTIAL ARROW SIGN I�lL�"1 _ i I FIVE LANE ROADWAY PROTECTIVE VEHICLE ' �MA_' � ,'•1 A STANDARD PLAN K•16 ® (WHEN SPECIFIED IN CONTRACT) 020.2A x20.1 , PTE11Of14HEET PROTECTIVE VfiHICLE WITH TRISCK MOUNTED CITY OF UIQ" ATTENUATOR IWHEN SPECIFIED IN CONTRACT Gti� •� CITY OF RENTON ' FOR HIGH SPEED ROADWAYS) •R•IMXra____ .P. �j STANDARD PLANS • "'""r" cal:),, LAST DATE:12/20/2002' a!o - .- tip .r..1911 IMr MIME 1.s..• . - 11111 AIM 11111 11111 11111 11111 11111 i 11111 i 11111 11111 11111 11111 11111 NIS 11111 11111 . 11111 11111 11111 1 , •1 BUFFER DATA SIG SPACI ,G -- (FEET�'-MINIMUM TAPER LENGTH = L (FEET) of Dada 45/ MPN 500'+- BUFFER SPACE s B Urban Arteriola 35/40 MPp3504— it Posted Speed tmptd SLED oths' 2S 30 33 40 45 90 SS Rural Roads t feet 1 2S 30 35 40 45 50 55 &bort Streets 25/30 MPH LEt'3tM tfeeP 33 13 QO 430` 220 2!0 33s Restdesslot Areda & 2004. 10 105 ISO 205 270 490 500 550 mutant stHICtt ROLL AlEAO'Ots4Atrtt„R /witness Otetrtate ' AA Arm ore Nock on or 11 115 165 225 295 495 SSO 609 v�E LOADED SPEED StOPERAIION • unless otherwise destt'2noted • (US) lA (Steil 12 125 100 245 320 S40 600 660 4 YARD 24,000 • �qys• t4 • .C11AftltEl;12B30 Port SR,CI 11FEE7) Doe me*, O• so.. . VON tAPEit prit 50155.' 40 ' Ito. W30.31. 2.ONTA Le" 38.55 MO 35/45 30 ;60 :ARCO TAM 4 to .25/30 20 140 014 • _ W4.2R W20-1 4EFt_IIaE :ARCO MCI '3.600 504S lio 1 HEEAAAG 'ROAD', . ROLL A)CAO S10PPt 0 DSTA ASS(AAF3 OF'PAVED 111 . I .4i . WORK HEAD ROAD Aloftt 020-2A I 1 • L x x x • I 500' MAX. • t Tr t3 Lt . 4 b p i:.A.•411. 4, i, i . i . • ti ,fir q * tilE • 41 I 7 �� . N x " • 1ARER`x N x • L f3 4... •j soo' MAX. • 4rx24Ar AOAD Egg • :ROAD_ 'c'MORK • d/0 • AHEAD .' (. t+�O'�I4, •W20.1 . het% A. 6 tot M��2R ,...-DISPLAYS tiR� "Q. AHEAD PCMS i � • W20•SL I E2 ' . • CENTER v11 ti LIiitTED a 15233o b LEGEND LANE 701111 •110. NOTES �#0,r�dr=to*�o'� CLOSED • I. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH s/ONAL 6.* N SIGN LOCATION-TRIPOD MOUNT '1.5 SEC 1.5 SEC BUSINESS WITHIN WORK AREA LIMITS. •D SEQUENTIAL 'ARROW SIGN ' Mid toeote I Imtle , ltxPa£s) YEYBEA 23,2003 tr►(Wax* of lone closure','(Wax*eLEFT LANE AND CENTER o o o TEMPORARY TRAFFIC CONTROL DEVICES TURN LAM CLOSURE . FIVE LANE ROADWAY •HILL; PROTECTIVE VEHICLE STANDARD PLAN K.17 (WHEN SPECIFIED IN CONTRACT) este>itI of t slier :�M�: PROTECTIVE VEHICLE WITH TRUCK MOUNTED. • ADOPTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT ti • CITY RENTON FOR HIGH SPEED ROADWAYS) ,.,e„lmompoxaN....,„.... �. . STANDARD PLANS © PORTABLE CHANGEABLE MESSAGE SIGN M :* is.**Pm +• + (WHEN SPECIFIED IN CONTRACT) :� """'"'A"'""''"""`”' �` "ii LAST• LAST DATE;12/20/2002 • SP PAGE K017 ' • i ' , i i i • • • I BUFFER DATA .MINIUM TAPER LENGTH = L (FEET) SIGN SPACING 2 X (FEET) aA1«Etlzi�e LSA C acct) BUFFER SPACE s B 'VI �tb 3.4.41 fegnl Rural Medi 40/SS MPH Soo•.. NPR TAPER TANCENt t WI !S 30 $ 40 M%° S0 SS Urban Art.rtols 35M0 YP11 300'.• 10/t0 40 tO --0.9•125 130 0 �S S0 SS i..... IA•ban Sfr..f. 35/40 30 ogo oto tos t90 200 2T0 soo sso Urb a.nttet Ar.Os► 20no MPIt 200••UO401Mwtt0 220 21•.VS DUsin..s Merlets20/30 20 40tttM ROTI • to . 11 113 ttS 225 225 410. 550 toy AA,tana er• aeek en erenq. VW TM1CAl MOAttt POSTED STA71dMRT 12 125 tel) 2t0 320 540 100 tto pit ottwr.b. a..tpnet.a T'1T1 10A0E0!MONT SPQR OPERATION — ` 1 Up hihl 111111 . 4 A TRUCK 2 ,x,50 ! _ ' W20.1 4S • 30 i 1 . 00 ROAD :AIM=O TR1A?t A.000 Sa4iS xt•OR x1.41 WORK . ttae te000 RO•Tti. • .AHEAD • :AROO tR= *�Q • !Ix; ' . RCAL MEAD gm,*OSTANCI ASS tt SPA 020.2.8 ITNO SICHSI �OAQttO� OH\i\. II I R • It l/2 % I X M ,. .. , /f// p p • I \ • A.' t�®M . • 41 • • I : •• .. .. .. r ..• 4f • .. • 11....a •..• .... ••�• • 4. • 2.. — .. - •! 4 14 {; •p M N i • i p • x •- - - t � % ' x -- tlox ,•. . , ..I 1 500 MAX. • ROAD JlOAt1 TrORRi 1,11 HEA ..• LEtUSE411> j t. o!tu,p, : edk4.,4.A. V2001 An x4.2(RI NOTES •. Neor: w LEGEND1. 1,,,.to•• 4. FOR •T M PROJECTS. CONFL CT I. �_. 1. LONG ER R . I ING PAVEMENT t V20•Sttt MARKINGS NO LONOER APPLICABLE SHALL BE 4�t 0t1T01'4$ �o d • REMOVED OR OBLITERATED AS SOON AS PRACTICABLE. HAt M SIGN LOCATION.PORTABLE MOUNT TEMPORARY MARKINGS SHALL BE USED AS NECESSARY q SIGN LOCATtON•TRIPOD MOUNT AND SIGNS SHALLtBE POSTIMOUNTED.NT • {E• xPrttS NOTE19ER 23,tooil DDD SEQUENTIAL ARROW SIGN 2. SHALLYBEUUSEDGTOO WARNINGLIGHTSLRNN s,ROA AT NIGHT AS NEEDED. THR1=II LANI±RQADwAY a 0 0 TEMPORARY TRAFFIC CONTROL DEVICES. STANDARD PLAN K-IS Eg • 3. IF THE LANE SHIFT IS SHORT ANO HAS SHARP CURVES ~y` PROTECTIVEIV RICED IN CONTRACT) • (30 MPH OR LESS) USE SIGN W1-3 fN LIEU Of SIGN W1•4. ettsottoc1emEET PROTECTIVE YEH1cL1 TH TRUCK MQUHHEO ADOPTED 4441:: ATTENUATOR `` HEN y1 If iEUU IN CONE ACT CITY OF RENTON • FOR NIGH SPED ROADWAYS) Il•iv..wtp••a•rw..a... G STANDARD PLANS ' ••••"r••"` • • LAST DATE:12/20/2002 • •t was as! . . . . irmliiiDAMr—ILO I R . l..• ..... . 111111 E MI 1 — N MI — an AMU — r r 1 r MN 1 ;— INS • 1 • BUFFER DATA SIGN SPACING = X (FEET) MINIMUM TAPER LENGTH = L (FEET) BUFFER SPACE = B RuratRoade 45/5S OH 500'+• SANE Poe+ed 5 .,d tnq�,) Urbanllrtertala 35/40 ATH350'+- , tfwefl 23 30 33 �o �S SO SS SPEED eRM 25 30 3S 40 4SSO SS RuROada • N Mot) 53 15 CDral RD 2x0210Sls. Urbon Streete 10 103 ISO 203 270 450 500 530 remora nom(ROLL uiu • TANQ.d Residential Areas 6- 25/30 MPH 200'+- , Business DistrictsL 1t 115 IN 223 233 493 550 603 wins TIPCAL YEMCLt MUMSTAIIDNART • ME,t LOADED oto, SPEED OPERATION Magni Ore block oe orange• ; 12 125 160 245 320 540 600+660 — Um t melt unless 0, rrtee des onatea: _ • j • • ou - i mcg VAX So u 43So CNP1NELttIiCAE>0.SIP ill IFEETI W20-1 a 'MCA �� 0 MP • ,, 7VER I`ANG6NT Je 11. '10%3t3 40 ,- 110 • 'ROA0 i tow ; 3514S ` 30 • so OR Teu o a 10.1:03 - So 60 25/36 0 • •AO* eonL sub traria cauls'swim r 04a aW20-SMOD WI'4R RB/Wb I ITWO SIGNS, „am '„ C20-2A j ' , Er 'NE"• : r I f X 4 500k 'MAX. # . 4Ap L.. to x 40 40 '\;.21 4' ►..I..J•.1►.e..e..►..1..i.1...1•11i i....6'1 I•t 1.7 : .a. ..A.•. .. •• --.•. . jx x x L .1..e. e-.*.. .. a.� I. .e ..a. A L Att.N;. l/2 B RF- L/2 pa MAX. ROAD . ! 020-2A 'Mel eta I* � DISPLAYS • t'' T/44/!'ra' W20.1 .' W4.21 elm 1r eg. N. WI-44.• PpMS NOTES W20-SR 1 2 h 1. EXTEND TAPER ACROSS SHOULDER. r' %�a`• •►4 LEGEND c--- UNIZEO! 2. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH 1j*�'�.oHAa..0 ;b ® SIGN LOCATION-PORTABLE MOUNT costa BUSINESS WITHIN WORK AREA LIMITS. IO b CI SIGN LOCATION-TRIPOD MOUNT 1.S SEC 1.5 SEC 3. IF THE ORELESS) UFT SE SHORT TWI-3 INSLIEUROF CURVES W1.4. Nom bEAazx�sl Field locate afteir Coat Intersection RIOHT LANE CLOSURE ' ©pp S£OUENT I AL ARROW SIGN In Odvonee of Ione atdsure. WITH LANA SHIFT ENE,LANE ROADWAY a a a TEMPORARY TRAFFIC CONTROL OEVICES STANDARD PLAN 1419 PROTECTIVE VEHICLE WITH TRUCK SHEET 1Oft MET EM MOUNTED ATTENUATOR . AOGPTED (WHEN SPECIFIED IN CONTRACT, CITY OF RENTON PORTABLE CHANGEABLE MESSAGE SIGN ...�. r,,,....�.,...., G �"� STANDARD PLANS !WHEN SPECIFIED IN CONTRACT, ... .' R..r.�4+= wifilmilin *A4, �e LAST DATE:12/20/2002 • SP PAGE KO 1 9 • • i i . ROAD x20•I WA , NOTES • ASD — 1. HO LEFT TURN SIGNS ARE TO BE USED 4 • * 4, • IF TRAFFIC VOLUMES ARE TOO HIGH OR 1 I 1,20.51. _ I I THERE ISA SIGNAL OPERATING. CLOSE LEFT TURN POCKET IF THERE IS ONE ON fU1t� " • THE SIDE1c STREET. CMGG ANEAO , ' I I M' : #OAC. 1 020-2A 2. FLAAIINBEWUSEDNTOLIGHTS6ARRIEAAL MATCOI - SNQR NICHT. W4• a I 2R II 1 h1 3. STEADY BURNING WARNING LIGHTS (TYPE C. • ',�i' RR/>? MUT.CDI SHALL BE USED TO MARK CHAN.NELIZING ' L J DEVICES AT NICHT. • (SEE NOTE t.) 4. FOR LONG-TERM PROJECTS. CONFLICTING PAVEMENT a I ROAD . MARKINGST . L i C } KI G NO LONGER APPLICABLE SHALL BE L • IfdIG • $ • REMOVED DR °BLITERATED. TEMPORARY MARKINGS 020 2A AHEA4 SMQQ � � ALL BE USED. - . ' 420.1 41 (SEE NOSE 1.) .t r'.v�'� TYPE 3 L :1,.. ; « _ _ , 7 BARRIGAOE,i:, j-„� I.n+�.now TOL%1Entw.L t2«» • R4.1 t t A 4• ' `i' R2 D/M 1 I * MECNac. 25 30 7S poi.. saSO me(fig". . 1.4\ R•t-- ' 10 105-150 205 270 450 500 550 I"E"'I I `i•� R 001101tx 020.2A 11 11S 1.1S 225 253 455 550 SOS ROAD IHo12 125 100 245 320 540 600_.614- . W20-1 } d AHEAD • td�. •I /1341R) I. 1 1--�•, D/W Sal SPAM•X tt•at1 RurcfRoasa 4SV5S MPH 500•.- • I se i I t1i ben ArtOOrOl• 35'X40 11H 31044. `�, a JI rii1 R3.2 O br 4m Sweats 1,' \ %3.0 '`'�'J RIM R,':d:::on a i 25/30 KH 200%. I •I N I `imi 0/W AR/tO�4!r•blook en Dramasty��. fG20-,tA }SEE NOTE 1.1 a1 is Marvin altpr.Ot•a. ��r tr/k„ 1 I R • I e , • CHARRUFP.4 gem SvACt(0 144}1 ,r11r.^� • ROAD! WMH TAPER TA1tc€i t „ +�o<. 5D/10 40 00 /.i 4 1 4 4 I * VOW 35/43 30 00 0•• *tQtut.s�,...147la AHEAD 25/30 20 40 `ff/ONAL 6 W20-1 • Q IEXP tS 1q tI TA 23.20031 H SION LOCATION-TRIPOD MOUNT OM SION LOCATION-PORTABLE MOUNT . . HALE ROAD CLOSURE 0 0 o TEMPORARY TRAFFIC CONTROL DEVICES • STANDARD PLAN K•20 {ff TYPE 3L BARRICADE tatter iPTSD of+6Ht�r 440 SEQUENTIAL ARROW SIGN ADOPTED ••---OBLITERATED MARKINGS (SEE NOTE 4/ O1 .� CITY OF RENTON PAINTED TRAFFIC ARROW (OPTIONALI 7.11."I"R..'I"""...w. STANDARD PLANS wwK►�rw w..• 4 4 "`"�""W"r•^' s- ` LAST DATE:12/20/2002 - - r r r - - r r r r 11111 11111 11111 11111 11111 11111 11111 11111 • 1 . ` (SEE NOTE 411 W20.1 ap •a • * * i NOTES ROAD i • EC 1 b 1. PROHIBIT TURNS AS NECESSARY FOR TRAFFIC MEAD G20.2A CONDITONS. CLOSE LEFT TURN POCKET IF I1• toot,, , THEREEpLL ISSc ONE OOiNGSIDEH�SSTREEEjT.Eg 4420.1 2. NICHT0NBENUS.ED TOL MARKSBARRIC,A©.�SMAT`C01 ROAD 9701' • " KIRK 3. STEADY BURNING WARNING LIGHTS (TYPE C 620.2A ., I § �` 1UIEAO DEVICESSATLNIGHTUSED TO MARK CHAHNELIhNG 4. FOR LONG•TERM PROJECTS. CONFLICTING PAVEMENT "'� �'• . C". MARKINGS NO LONGER APPLICABLE SHALL BE ~ A ' r REMOVED OROBLITERATED. TEMPORARY MARKINGS r-.��, �1 �AOE i ' :+ SHALL 8£ USED. iii M tRA-7 .r r • _ 1 t. 1� 0/w -1 -- __ 1 RSi2II 1 1 VW 'r 11 rr r1SLt NM1.1 i laNa11111 TAM LOAM. IfNt1 �• — L NE 116044 Speed(IWO x�.4 ... .a. ••• � pir Lx •117 020.2A j�Nf fR>. Is S0 S4 40 4$ t0 SS t3 O MAXI0 1 I I 10 tOS !9a 205 MO 4�}0 900 990 �� 1! • •T f� 11 11S its 225 295 4!S 990 Eos MORE 5: I • 12 12% 1! 245 320 940 soo 510 ' AIfEAO W20,1 • • r' IDA0100 • I 1 CeeeO M oo•X MlfPr.11atf 020.2A • li ! . RArfRrtib 4433/6/45 6 MI s3 0S00'1 ++- - I aT R ..$ Aa Oi i ar & 25/70 MS1 2004- • julniaa 01a4a a ,I + • I I A11IIpAa a !EteCR on Oragr u 4 *a Atooratn ai$tt+0$d. • 'ittO \ : i I • 1 auNcuN0 ort OW;IOAAtl F I TE1 TAKIO $ t :y 114.2R 0 40 00 I I 5 IO Le p 20 40 E� a • la *,Ifsia„6 _e!.Q1sTti D� Itff1O. NAL 0 • W20.51. I NrYEi, II212o01 LEGEND I 1 tint 1 u* MW.T1PIE LANE ® 16t•� CLOSURES SIGN LOCATION-PORTABLE MOUNT n�RD AT INTERSECTION 4 SIGN LOCATION•POST MOUNT STANDARD PLAN K-21 e • • TEMPORARY TRAFFIC CONTROL DEVICES , W20.4 aHEV t of t IC IMMO TYPE 3R BARRICADE ADOPTED WA s , CITY OF RENTON 400 SEOUENTIAL ARROW SION „�,....,,,,,, G n.IR STANDARD PLANSII �t� PAINTED TRAFFIC ARROW tOPTIONALI 1=4.1.7,744" LAST DATE:12/20/2002 PAGE K021 SP I . I • � NOTES SIGN SPACING = X (PE T) • 1. EXTEND DEVICES TAPER ACROSS SHOULDER. ttwaRe.a. �S�M ., CHANNELI2ING OctEvnSPACING (FEET! ea%Art.rta. IS/40wM► 350 ur2. SIGN.SEOUENCE IS THE SAME FOR BOTH OIRECTIONS (kaon Sfr..t. . (MPH TIPPER tANOVIT OF TRAVEL ON THE HIGHWAY. eo MMus,Matinee a A Aries 2S/IO' N 200'' 35iAs io 60 3. STEADY BURNING WARNING LIGHTS (TYPE C HMO) SHALL MMus,MatineeAn.tpr a. gook en Drove2S#'30 20 1 40 1.1,11•44BE USED TO MARK TRAFFIC CONTROL DEVICES AT NIGHT. .. other tq O.Nh gnen, - 4. FOR 14SE WHEN TRAFFIC VOLUMES ARE SUCH THAT SUFFICIENT GAPS EXIST FOR MOTOR VEHICLES THAT W$4 2'A • MUST YIELD. R1 2 ` (w S. DRIV,QR�S MUST HAVE ADEQUATE SIGHT DISTANCE TO SEE R/W BAY W20-4 • OPPOS.UG TRAFFIC AS THEY APPROACH OTHERWISE .11• A ! j.%� 4120-1 FLA.CGERS AND/OR TEMPORARY SIGNAL Is REQUIRED. • / V ( ®...: \ti (ie•HEAA �'R�}AD 020-2A \► AHEAD '' WORK • ENO .�. RB-3AP .,.../. \ AHEAD • BUFFER DATA ROAD !OK q..:..•ONCOMING \ BUFFER SPACE . B_ 500' 100' 15' , X X X Sict:n 2S so IS 40 n `_ •MAX. TYPE 3 L MAX • t.tl+OMM If..ti SS es r2o tto 220 • BARRICADE' B - • to d/ veZ___ • 4�pf� R/ /Af . $ //r/.� s 0...11' pe O.A. 0--0 i .,.-0....D 2'MIN. j n . S00' tv et rufi�'G► MAX. 4�� �;. END ' ROAD WORK i 4 .,: yr • /. G20-2A row *+olftbt�� }� 411-4R +df�axA� ego LEGEND Itotts roma 25.Iv0 LANE CLOSURE ON LOW. q SIGN LOCATION - TRIPOD MOUNT • VOLUME'iWO.LANE ROAD 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES . WITHOUT PLA30ERS 8 FLASHING WARNING LIGHT STANDARD PLAN K42 M' TYPE 3L BARRICADE ADOPTED�( E� • CITY OF RENTON _ '+ STANDARD PLANS • %r" '�""' """`""' LAST DATE:12/20/2002 • _-SIPAGS—I D22. .._ 1 1 0 1 • 1 1 - 111111 ; 111111 1 1 1 r s 1 111111 1 r 1 • • • SIGN SPACING = X (MT) Foralt•ea. • 43 NPM OW.- ArtaH"""UI�t"o oEvtci: sPiretNai.�oEar, • BUFFER DATA Ik orku 33/40 NPN. ]SO'.• "'non Art �=��1 �++ SUFFER SPACE 8 A•sl ontIot Anes& 2s/SD NPH !oo'•. ® 301 .0 Business Districts 2S/30201 4o SS 40 4!At•iicell Eteek on promo 20! i1C SPEED IEHOTH tt••t1f,SS s3 av �no�220, •n1.3o Woos°themes• 0•00net•o. • • 40,0 I Htgh Level 'ROAD W20.1196" mini Yarning Device R4-T .WORK ! six AHEAD ADAD'kl w• 020.2A w X . . e A S @ o .o .. o I E. 0 0 0 q a a �` .J a , 41 2'\\S\ a a 0 i, a a 0 a a s vf fa• ;:;P ✓ a s .0 N < 0i. a a a a 0 0 : V4; r 0 p 0 a 'A' p i T . •1 I m4,—, a p p 0 a R 0 d re is a e n a w a x 20ti TA • R 0 SO0' MAX. 1 10' MN TO LOGE OF $�"D /4 020.2•A o dt� PAVEMENT OR OUTSIDE M D WO *'� .:' ROAD R,•T EDGE OF PAVED SMOULDER I �? � WORK SAME TAPER FOR All!SIOES. EAD BIW . �a 4 . V20-I .......i • roe �siu�� d r•e/ONAL 0- • It' eEA 23.20031 • • WORK IN CENTER Ole • LEGEND • LOW.VO LUMR ROAD N SIGN LOCATION-TRIPOD MOUNT STANDARD PLAN K.23 � n n n TEMPORARY TRAFFIC CONTROL DEVICES D ADOPTED ti • CITY OF RENTON 17,.,1:1422==t1=,'J+ *ofe * STANDARD PLANS '�A�,�- LAST DATE:12/20/2002 i •• SP PAGE K023 1 • i . SIGN SPACING = X (FEET) •CNANNELIZING DEVICE S44ACINO lfigt) NOTES RArotRoods 43 KM 300'•. union Ar srlels 33/40 UPM 35O'+• NPI{ ?APER !a TANGENT W20.1Urban Streets 1. FOR USE WITH SPEEDS OF 45 MPH AND UNDER. MSIdMttd uses& 23/30 MMI 200'•• 35/45 30 60ROAD %emsUtsMO& _ i 2. 3 ADVANCED WARNING SIGNS ARE REQUIRED A�aters an weex en erenps _ 23/30 _ 20 4o FOR FLAGGING OPERATIONS. (L6,1 REOUIREMENTS) 8 xa AHEAD Awls orgies Esstotret. M20•tA 112t•s • IOPTIONALI ,SURVEY `C T • CREW '• ow MINN 020-2A i W20•1 I 300' MAX. 200' MIN % X % IM001 I a a a .a , `'(Vp o AO p • I e e 0 • 0- 0- i I IM ' ` M M M SOS' MAX. % X X — 200' MIN _ • M20.1 11214 1R0•fA • G20.2A .SORYE? -IN001A CREV CREM IOP?ICH ALIyt•I�'rfip t of ROAD AHEAD �'4' *AAA'� AIT EA�D 'M20•t �;i LEGEND e+ 4.4.limn if4 ,fib q SIGN LOCATION • TRIPOD MOUNT -1/ONAL 1* a a 0 TEMPORARY TRAFFIC CONTROL DEVICES 1-EXPIREt WAVER 21,20034• ' SURVEYIN,O ALONO FLAGGING STATION CENTERLINE OF SURVEYOR LO.WM�IOLUME ROAD • STANDARtD PLAN K•24 Mer 1 OP 1&HUT • ADOPTED • •i CITY OF RENTON Gti • ,•,f,+,r,,,,.4,,,im-;mpo!.. e, STANDARD PLANS .� LAST DATE;12/20/2CO2 wo ...—SBPAO EI24- �. r No r so ma r r r aim OS MN INN NM OM 1111111 1111111 OM t .t . ROAD • 7'm ' NOTES �D + ' + * 020.2A 1. PROHIBIT TURNS AS NECESSARY FOR TRAFFIC xi t ! • • • �. a 1 CONDITIONS. CLOSE LEFT TURN POCKET IF THEREEISE ORE ON SIDE STREET. I , • I ROAD 2. FLAWNW DEHINg M�IE E OL MARKSBARRIGADESMA?CD) I • • ice. 300' • AAO 3. STEADY 'BURNING WARNING LIGHTS (TYPE C 020.2A ROAORp% MAX. M20•t MUTCD)•SHOULD B.E USED TO MARK CHANNELIZING **----61DEVICES AT NIGHT AS NEEDED. — — :• ; ‘,1i• • 't. FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT MARKINGS NO. LONGER APPLICABLE SHALL BE l '' REMOVED OR OBLITERATED AS SOON AS PRACTICABLE. * ', . eni* TEMPORARY MARKINGS SHALL BE USED AS NECESSARY. * * . • N-r f•'`"t Ix t5 ROAD ROR4 C20-2A . ROAD I �. wood MIA tttttOttt I.141411 M20.1 YK wig,MAO fe.4t 25 30 SI 0 45 SO Speed tn�55 I ••••• t0 103 130 205 2T0 4S0 300 S50 : it 11S M 243 215 4!s 550 edJI ►Pi 1 • ! 12 128 1'30 245 320 540 100 �o . I • ' '• t10 ,4.2R WO taett Sa••SIM SPAM•X,fest) thmtetttooku i I 2�,,, tktlan'Are.'ra. $440 Wit S50 ' ZS I441[ Urnen 004814020 2A x w20•St Radaattta Anes 1 2S/30 NSM 200'•• eu.tnh.0l.trtdt.. 0. tttt,AME nom.ars Meek en WOWS A i.014.6, . II 0.03E0 .04•As ettiemess e.NQneted ti, N. AHEAD I X � t mono.:Ot Ct SPAM(f,.ef) I 72'.i. von IAN 1 TAM 1 rola I. .. tis ♦ b b • AHEAD 50/1.0 '40 s0 I I M20.1 33/45 30 60 ' �ttITV'f X01 23/30 20 40 ZONAL 6 • O A * * IMO tavCRER 21,200AJ LEGEND f,EFT LANE CLOSURE ON EAR siiDD OP ID SIGN LOCATION-PORTABLE MOUNT INT RSECf1.ON 4 SIGN MOUNT - TRIPOD MOUNT STANDAR!)PLAN K•25 • o • TEMPORARY TRAFFIC CONTROL DEVICES AD(1)�TEg1 smr • D00) SEQUENTIAL ARROW SIGN CITY OF RENTON (h PAINTED TRAFFIC ARROW (OPTIONAL) U STANDARD PLANS ' �"N4"' "" . •? LAST DATE:12/20/2002 SP PAGE K025 1111111111111111111111.111111111111111111111111111171111111111111111111111111111111111"111111111111 �� NOTES trORE t1*I 1. PROHIBIT TURNS AS NECESSARY FOR TRAFF I C MO • CONDITIONS. CLOSE LEFT TURN POCKET IF THEREI(S ONE ONGSIDE STREEET.g i I 2. WOpULN -141�jjN?OL MARKSBANNIcAAESMATC01 1 • *WO. A HEED. 2d i i * - * SZ • 3. STEADY BURNING WARNING LIGHTS tTYPE C. 020.2A MUTCDA SHOULD BE USED TO MARK CHANNEl12IN0 x I . 'yDEVICES AT NICHT AS NEEDED. 100' a '' 4. FOR LONG-TERM PROJECTS CONFLICTING PAVEMENT I F MARKINSS NO LONGER APPLICABLE SHALL BE REMOVED OR OBLITERATED AS SOON AS PRACTICABLE. IMOTEMPORARY MARKINGS SHALL BE USED AS NECESSARY. 020.2A I • / YORE . AY •� • I ANEAO PIR l•'-X • .4...., • M20.1 a • • • • N,. { t. I . D RRICADE 1 It ♦ y� i ♦1 II a•. x i PL., . ., I re! 020-2A v20-1 1""1 , I . AHEAD • I 1 --v;' AM SIGN S*AC f0 a X lfMfl Si t �,, R3•T(R) fturotllooaa 450SletI 000'.• BIM urOCn Arf.rtot. 3S14 MPI !S0'•. I x I urban iA Ot itd.nfs to An4A 1 2S/30 MM 200'•• 4I tuL.JJ NA-to Su.tn.•.Of.f" ' C20.2A I 1 .c An dYrn ora etoeK oa oran°• !vt• 0. t4,C YnN •ofh IO a•I,tlnetaa ,� i I I x UP M20•SR ��. �`.y RIOIt URE CRIMPOZIK Mei STACK 41101 �•� I Q USED cow .t 4AI!M Team * f dam., �4 I - AHEAD so/t0 40 • 50 O * ,uts ♦� ' ♦ i * x 35/45 • 30 40 �#f �Q1fTtS 4�� LEGEND ' 2s/!0' 20 A0 `/°NAL 64 ANfAO N20•t (4xkR.A ttottEttet 2j oo I - a a a TEMPORARY TRAFFIC CONTROL DEVICES RIGHT LANE CLOSURE TYPE 3L BARRICADE ON PAR SIDE OF timRUCTIO.N K SIGN MOUNT - TRIPOD MOUNT •STANDARD PLAN K.21) eT1�trio r PAINTED TRAFFIC ARROW' (OPTIONAL) CITY OFv CITY OF RENTON .i�Yui ifR � •' STANDARD PLANS """'"'""""" LAST DATE:12/20/2002 • 111•1 11111 MN 1 — r — MN . _.'. 1 r NB :N s E r ar 2E11 I • CHANNELIZINC DEVICE SPACING !FEET) SIGN SPACING ..1. X (PEET) s\ R wa•ANam " 4545 WPN SDG'•• x8-T MOD MPH TAPER TANGENT Intim Ar* tern ASM0 NP$ 5�.. ' �-' Urban Pewits % UNEVEN So/6S 40 00 Rtatld•MIe ' i AS/30 MPH .. ' 3s/4s so so a,.+r,....orA. af. LOOSE LANES - �tee�t 2S/3o 20 4o ai+.:`e ``+»rw"tn na GRAVEL ' ,--•�'--• ROA• D • : -W8.7 X X 'REDUCED WORK . . )0 :. SPEED AHEAD . ' ...._ • oo' x13.1 AHEAD Kyo-t 8/Y x X / X• co', / • ROAD' . WORK REDUCED7. , AHEAD SPEEDLOOSE ' BUMP - AHEAD ., UNEVEN , • GRAVEL W20-I • LANES WB-T , NB-I R2-5A t 8/x W8-7 MOO s ,, . . , . 3' 2' XSNLD• LAN- • GRAVELLED AREA . W13-I EXIST, EXISTING 12' LANE EXISTING 12' -LANE EXIST. 10' SNLD. 8/Y '• SNLD• i • TEMPORARY TRAFFIC ir-, CONTROL OEYICt REFLECTORI2EO 4 eA TAM/,`�G, 44. LEGEND ,•4,o; EXISTING ROADWAY i. ` _ GRAVELLED AREA .-• 4 r� E SIGN LOCATION - POST MOUNT ,.'E1��y�, ` PAINTED CENTER STRIPE `` r'. N SIGN LOCATION - TRIPOD MOUNT TO REMAIN 1 WEDGE Qf CGM'Atjt') r'+ TEMPORARY TRAFFIC CONTROL DEVICES STALE MATERIAL A E of *4,etsTO 6. „nn 0 4!, • (SAFETY DRUMS) STD. SPEC. 1.01.23111 ��'FiONAL O- a TYPE "A" FLASHING WARNING LIGHT • TUBULAR MARKERS trtite MYEWBER 23,2005 ® GRAVELLED AREA ,' ONE LANE REPAIR DURING NON•YORIONO HOURS STANDARD PLAN IC•27 metre OF 1 SHEET ADOPTED • • ' CITY OF RENTON "442$4=4 :=44•:2 Ie STANDARD PLANS N , LAST DATE: 12/20/2002 CP DA= W177 FINAL PAYMENT FOLDER VENDOR# N 05t) CAG# ' _1212j: __________ RETAINAGE# CONTRACTOR _i , Ilit I -_ I I _fel AMOUNT: II___L___2 1 q-/-45-- ADDRESS: PO r;oc. C r0 CITY: a ,0 s /, Li ,,/ 5 rr V .. PHONE: \\o\ �� CONTACT PERSON: iislii I 6 7: -5zi I IMPROVEMENT: A4 _. id . .. . 1 : t ' t dig]/'/ DATE ACCOUNT# AMOUNT RETAINAGE CHECK# l ?i /101 7Oiok yza )D- oo.oo . ,.,; 01?.00D: , 71 . Miiii I 4 -F PIN 42, 't -3-11 71 I0 'im.pOik.°to) 1dl,? .3S-'* gy(id..a !?tk(a leo.00i3.DODD) ?10,26; 9f,-0 c--/ -0 ik5 Q.--o Maf.Avq.r iP. e,t0' 3i(„9 ,. x ill•i va .>1 t• •P. sti . ,, . : _...zr-IPPIPMS_I! , -av 0 *1 I I I ,, ..1 d p is e . b0 -, . , 3 hp, .'Su I'1 f .911 '3 !g1 'f' 1%\,0 46 .7 01 --rigi N. fb7.c if.0a)_ a--i Cot tWill- 0 q l- r--7.1 --7---,4.-.,;...'- 4 ? t, `i ' • Construction Contract CAG: Q � 4-PriProject Name: "E k ( 04414- Prime me Contractor. tb . I I�� voroinmet Prime Contractor&Subcontractors Date Received Date Received Intent to Pay Affidavit of Prevailing Wge Wages Paid A.i / c -i 0 A %tea 7 I _ R✓ Com-- ���s � Z -11' �� ���U �QGT. ��1 i ,ffJ/- I � % _ , rte 2,A L - b.Cep v -1(-05 Y>- O q-/-0 9 yi e,0PAL1Q bAkctatt,t, ,a-44 1 • tia o CITY OF RENTON City Clerk NCODenis Law,Mayor Bonnie I.Walton July 7, 2009 William J. Peterson Western Asphalt, Inc. P.O. Box 980 Maple Valley, WA 98038 RE: 2009 Street Overlay with Curb Ramps; CAG-09-092 Dear Mr. Peterson: At its regular meeting of July 6, 2009, the Renton City Council accepted your bid for the above- referenced project in the amount of$1,166,719.45. Please contact Bill Wressell, Project Manager, for submission of required documents to complete the contract. These may include proof of City and State business licenses, perfoitnance bond, and insurance certificates. Sincerely, ' ' a /Jason A. Seth Deputy City Clerk cc: Bill Wressell,Project Manager Linda Weldon,Accounting Assistant Tracy Schuld,Accounting Supervisor RENTON 1055 South Grady Way-Renton, Washington 98057-(425)430-6510/FAX(425)430-6516 AHEAD OF THE CURVE CIO This paper contains 50%recycled material,30%post consumer December 14,2009 Renton City Council Minutes Page 382 Appointment: Municipal Arts Mayor Law reappointed the following individuals to the Municipal Arts Commission Commission for three-year terms expiring 12/31/2012: Britt McKenzie (Peterson), Evelyn Reingold,and Wesley Van Doren. Council concur. CAG:09-171, 2009 Earlington City Clerk reported bid opening on 12/8/2009 for CAG-09-171, 2009 Earlington Sanitary Sewer Improvements, Water and Sanitary Sewer Improvements; 16 bids;engineer's estimate Laser Underground & $3,356,305.74;and submitted staff recommendation to award the contract to Earthworks the low bidder, Laser Underground&Earthworks Inc.,in the amount of $2,162,511.12. Council concur. Executive:Office Assistant I Executive Department recommended hiring a part-time Office Assistant I to Hire, Print Shop assist with mail handling services. Council concur. Executive: DI950 Mail Executive Department recommended approval of a contract in the amount of Inserting System, Pitney $29,409 with Pitney Bowes to purchase a DI950 Mail Inserting System to Bowes replace the current equipment in the print shop. Council concur. Community Services:City Hall Community Services Department reported bid opening on 11/10/2009 for the Fifth &Sixth Floor Remodel, City Hall Fifth and Sixth Floor Remodel project;five bids;engineer's estimate Landon Construction Group $145,000;and submitted recommendation to award the contract to the low bidder,Landon Construction Group, in the amount of$132,537. Council concur. CAG:09-081,2010 Basic Life Fire and Emergency Services Department recommended approval of Support Services, King County Amendment#1 to CAG-09-081,to accept$1,160,946 from King County for basic life support services for 2010. The City's share will be$860,223, King County Fire District#25$101,719,and King County Fire District#40,$199,004. Council concur. Police:Jail Health Services, Police Department recommended approval of a contract in the amount of Occupational Health Services $206,121 with Occupational Health Services(Public Hospital District No. 1 of King County)for health services for Renton jail inmates for 2010. Council concur. CAG:09-092,2009 Street Transportation Systems Division submitted CAG-09-092, 2009 Street Overlay Overlay With Curb Ramps, with Curb Ramps,and requested approval of the project,final pay estimate in Western Asphalt the amount of$27,934.39,and commencement of a 60-day lien period,with Western Asphalt, Inc.,contractor, if all required releases are obtained. Council concur. CAG:09-134, Phase I Surface Utility Systems Division recommended approval of Addendum#1 to CAG-09- Water Utility Storm System 134,with Marshall and Associates, in the amount of$119,518 to assist with Mapping, Marshall& additional scoped data collection and extend the contract through 12/31/2010. Associates Council concur. Utility: Hawk's Landing Storm Utility Systems Division recommended approval of a contract in the amount of &Water Improvements $115,775 with Gray and Osborne, Inc.for the design, permitting,and Design,Gray&Osborne preparation of plans and specifications for the Lake Washington Blvd. Hawk's Landing Storm and Water System Improvement project. Council concur. MOVED BY CORMAN,SECONDED BY PALMER,COUNCIL APPROVE THE CONSENT AGENDA AS PRESENTED. CARRIED. Page 1 of 3 ° ''ar'' "t °` #d, A,% Prevailing Wage LABOR AND s: g it ...Mous'm Es r ;'.. pit Verification of Approved Intents and Affidavits Submitted through the LNI-PWIA Internet System 17 records found. New Search J To view a form, click anywhere on that line. A/I Company Reg. Id Agency Project Prime County Rcvd Date Contractor 2009 Street WESTERN Afdvt JR'S JRSEXE*966J7 RENTON, Overlay ASPHALT KING 9/23/2009 Id: 237768 EXCAVATING CITY OF with INC curb ramps 2009 Street Afdvt PRECISION WESTERN RENTON, Overlay Id: 240975 CONCRETE CUT PRECICC967N6 CITY OF With ASPHALT KING 10/12/2009 & DRILL INC Curb Ramps 2009 TRAFFIC STREET WESTERN Afdvt CONTROL TRAFFCS013M6 RENTON, OVERLAY ASPHALT KING 12/18/2009 Id: 250035 SERVICES CITY OF WITH INC CURB RAMPS 2009 Street WESTERN Afdvt BRYCE BRYCEC*919D3 RENTON, Overlay ASPHALT KING 12/5/2009 Id: 250700 CONSTRUCTION CITY OF with INC Curb Ramps 2009 WESTERN Afdvt NORTHWEST NORTHWT994P1 RENTON, Street ASPHALT KING 12/7/2009 Id: 250798 TRAFFIC INC CITY OF Overlay INC with https://fortress.wa.gov/Ini/pwiapub/SearchResult.asp 03/23/2010 Page 2of3 Curb Ramps 2009 Street WESTERN Afdvt J & G CONCRETE JGCONGC922D7 RENTON, Overlay ASPHALT KING 12/11/2009 Id: 251996 CORPORATION CITY OF with INC Curb L' Ramps 2009 PRECISION Street WESTERN Afdvt RENTON, Overlay Id: 252319 CONCRETE CUT PRECICC967N6 CITY OF With ASPHALT KING 12/15/2009 & DRILL INC Curb Ramps 2009 Street WESTERN Afdvt WESTERN WESTER*294QP RENTON, Overlay ASPHALT KING 12/18/2009 Id: 253219 ASPHALT INC CITY OF with INC Curb Ramps 2009 WESTERN Afdvt G & G GGCOR**081MU RENTON, STREET ASPHALT KING 12/9/2009 Id: 253805 CORPORATION CITY OF OVERLAY INC 2009 Street WESTERN Intent WESTERN WESTER*294QP RENTON, Overlay ASPHALT KING 7/14/2009 Id: 245430 ASPHALT INC CITY OF with INC Curb Ramps 2009 Street WESTERN Intent NORTHWEST NORTHWT994PJ RENTON, Overlay ASPHALT KING 7/21/2009 Id: 246919 TRAFFIC INC CITY OF with INC Curb Ramps 2009 Street WESTERN Intent JR'S JRSEXE*966J7 RENTON, Overlay ASPHALT KING 7/21/2009 Id: 246946 EXCAVATING CITY OF with INC curb ramps 2009 Street https://fortress.wa.gov/Ini/pwiapub/SearchResult.asp 03/23/2010 Page 3 of 3 Overlay WESTERN Intent J & G CONCRETE with JGCONGC922D7 RENTON, ASPHALT KING 7/21/2009 Id: 246990 CORPORATION CITY OF Curb INC Ramps 2009 Street WESTERN Intent BRYCE BRYCEC*919D3 RENTON, Overlay ASPHALT KING 7/21/2009 Id: 246992 CONSTRUCTION CITY OF with INC Curb Ramps 2009 TRAFFIC STREET WESTERN Intent OVERLAY CONTROL TRAFFCS013M6 RENTON, ASPHALT KING 7/30/2009 Id: 247652 SERVICES CITY OF WITH INC CURB RAMPS 2009 WESTERN Intent G & G GGCOR**081MU RENTON, STREET ASPHALT KING 8/7/2009 Id: 253405 CORPORATION CITY OF OVERLAY INC 2009 Street PRECISION WESTERN Intent CONCRETE CUT PRECICC967N6 RENTON, Overlay ASPHALT KING 9/23/2009 Id: 257888 & DRILL CITY OF With INC Curb Ramps https://fortress.wa.gov/Ini/pwiapub/SearchResult.asp 03/23/2010 Affidavit of Wages Paid Page 1 of 2 rp�rtmenr of Prevailing Wage Section DAND Department of Labor& LABOR 4 Affidavit of Wages Paid Industries INDUSTRIES PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 09/23/2009 237768 Approved on 10/02/2009 COMPANY Company Information: JR'S EXCAVATING JRSEXE*966J7 License History 602 366 466 9631 WOODS PL Search for Industrial SNOHOMISH, WA 98296 Insurance Premium Status (425)422-7386 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay with curb ramps Contract Number: Date Intent Filed: 07/21/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 07/27/2009 Date Work Completed: 09/03/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 I Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $8,066.46 Number of Owners/Operators 1 Who Performed Work: Did Employees Perform Work on No https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=237768 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? More specifically, does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Jerry Bruers EMPLOYEES' WAGES Journey Level Trades/Occupations Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=237768 03/23/2010 Affidavit of Wages Paid Page 1 of 2 Prevailing Wage Section ➢ pat[cer,t of Department of Labor& � � r p LABORBO[tRp A (` Dp Affidavit of Wages Paid Industries L Y 11 if it :5.i L £ 4� t�^�: INDUSTRIES '>< PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 10/12/2009 240975 Approved on 10/15/2009 COMPANY Company Information: PRECISION CONCRETE CUT& DRILL PRECICC967N6 License Histc r 602 418 676 PO BOX 732077 Search for Industrial PUYALLUP, WA 98373 Insurance Premium Status (253) 846-7517 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay With Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 09/23/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 07/27/2009 Date Work Completed: 09/02/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $4,382.32 Number of Owners/Operators 1 Who Performed Work: Did Employees Perform Work on No https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=240975 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? More specifically, does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Sharen Conwell EMPLOYEES' WAGES Journey Level Trades/Occupations Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=240975 03/23/2010 Affidavit of Wages Paid Page 1 of 2 ➢tpaa[�c�t�t Prevailing Wage Section "' Department of Labor& LABOR AND Affidavit of Wages Paid Industries INDUSTRIES PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/18/2009 250035 Approved on 12/22/2009 COMPANY Company Information: TRAFFIC CONTROL SERVICES TRAFFCS013M6 License History 601 477 384 848,288-00 Industrial Insurance P O BOX 52665 Premium Status BELLEVUE, WA 980152665 (425) 746-1060 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: RENOTN Job Site Address/Directions: Project Name: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG-09-092 Date Intent Filed: 07/30/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 07/27/2009 Date Work Completed: 12/01/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $50,000.00 Number of Owners/Operators 1 Who Performed Work: https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250035 03/23/2010 Affidavit of Wages Paid Page 2 of 2 Did Employees Perform Work on Yes This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Jera Martin EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING FLAGGERS JOURNEY LEVEL $33.93 S6.20 10 700 Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250035 03/23/2010 Affidavit of Wages Paid Page 1 of 2 Prevailing Wage Section i1epattfcat of Department of Labor& MEM " Affidavit of Wages Paid Industries I'1 D 1 g R I L S +� ,r* PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/05/2009 250700 Approved on 12/29/2009 COMPANY Company Information: BRYCE CONSTRUCTION BRYCEC*919D3 License History 602 832 078 9909 50TH AVE E Search for Industrial TACOMA, WA 98446 Insurance Premium Status (253) 538-9683 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 07/21/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 08/04/2009 Date Work Completed: 12/04/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $39,230.00 Number of Owners/Operators 1 Who Performed Work: Did Employees Perform Work on Yes https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250700 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Tonya Middling EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING LABORERS JACKHAMMER $31.70 $9.13 3 258.1 Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250700 03/23/2010 Affidavit of Wages Paid Page 1 of 2 DCpartets¢t s Prevailing Wage Section Department of Labor& Affidavit of Wages Paid Industries J L)US1R!ES PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/07/2009 250798 Approved on 12/21/2009 COMPANY Company Information: NORTHWEST TRAFFIC INC NORTHWT994PJ License History 602 140 049 016,695-00 Industrial Insurance PO BOX 1915 Premium Status MILTON, WA 98354 (253) 862-4102 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 07/21/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 08/31/2009 Date Work Completed: 11/12/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $22,950.16 Number of Owners/Operators 0 Who Performed Work: https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250798 03/23/2010 Affidavit of Wages Paid Page 2 of 2 Did Employees Perform Work on Yes This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Louise Simpson EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING TRAFFIC CONTROL JOURNEY LEVEL $37.90 $0.00 5 59.7`, STRIPERS KING • TRAFFIC CONTROL JOURNEY LEVEL $36.23 $1.67 3 70.7E, STRIPERS Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=250798 03/23/2010 Affidavit of Wages Paid Page 1 of 2 tp�tte®t t~l Prevailing Wage Section Department of Labor& LABOR AND Affidavit of Wages Paid Industries INDUSTRIES a PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/11/2009 251996 Approved on 12/29/2009 COMPANY Company Information: J & G CONCRETE CORPORATION JGCONGC922D7 License History 602 817 010 18909 76TH AVE CT E Search for Industrial PUYALLUP, WA 98373 Insurance Premium Status (253) 737-7892 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: RENTON Job Site Address/Directions: Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 07/21/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 08/01/2009 Date Work Completed: 11/21/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $54,402.96 Number of Owners/Operators 1 Who Performed Work: Did Employees Perform Work on Yes https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=251996 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: JORGE VELICA EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING LABORERS CEMENT FINISHER TENDER $38.12 $0.00 3 143 KING CEMENT MASONS JOURNEY LEVEL $46.81 $0.00 2 143 KING LABORERS CONCRETE FORM STRIPPER $38.12 $0.00 2 100 Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=251996 03/23/2010 Affidavit of Wages Paid Page 1 of 2 atttm oi Prevailing Wage Section Department of Labor& L.''.HOR AND Affidavit of Wages Paid Industries I L)1 S 1°AIES ,= PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/15/2009 252319 Approved on 12/30/2009 COMPANY Company Information: PRECISION CONCRETE CUT& DRILL PRECICC967N6 License History 602 418 676 PO BOX 732077 Search for Industrial PUYALLUP, WA 98373 Insurance Premium Status (253) 846-7517 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay With Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 09/23/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 07/27/2009 Date Work Completed: 09/09/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $4,878.92 Number of Owners/Operators 1 Who Performed Work: Did Employees Perform Work on No https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=252319 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Sharen Conwell EMPLOYEES' WAGES Journey Level Trades/Occupations Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=252319 03/23/2010 Affidavit of Wages Paid Page 1 of 2 Qpasctnt n! Prevailing Wage Section Department of Labor& LABOR :. Affidavit of Wages Paid Industries it INDUSrRIE5 PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/18/2009 253219 Approved on 01/04/2010 COMPANY Company Information: WESTERN ASPHALT INC WESTEA*294QP License History 179 021 556 PO BOX 980 Search for Industrial MAPLE VALLEY, WA 980380980 Insurance Premium Status (206) 624-4433 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Bill Wressell Agency Contact Phone: (425)430-7400 County: KING Multiple Counties? No City: RENTON Job Site Address/Directions: Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Date Intent Filed: 07/14/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 07/20/2009 Date Work Completed: 12/03/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? Yes $Amount: $1,356,383.98 Number of Owners/Operators 0 Who Performed Work: Did Employees Perform Work on Yes https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=253219 03/23/2010 Affidavit of Wages Paid Page 2 of 2 This Project? Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds (ARRA or otherwise)? Filed by: crystal riser SUBCONTRACTORS Business Name UBI License Phone Number JR'S EXCAVATING 602366466 JRSEXE*966J7 (425) 422-7386 J & G CONCRETE CORPORATION 602817010 JGCONGC922D7 (253) 737-7892 NORTHWEST TRAFFIC INC 602140049 NORTHWT994PJ (253) 862-4102 BRYCE CONSTRUCTION 602832078 )BRYCEC*919D3�(253) 538-9683 TRAFFIC CONTROL SERVICES 601477384 TRAFFCS013M6 (425) 746-1060 G & G CORPORATION 601381635 GGCOR**081 MU (425) 432-1325 PRECISION CONCRETE CUT & DRILL 602418676 1PRECICC967N6I(253) 846-7517 EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING :LABORERS ASPHALT RAKER $32.21 $9.13 9 1656 KING POWER EQUIPMENT GRADE ENGINEER $35.24 $15.15 6 520 OPERATORS , KING POWER EQUIPMENT ROLLERS, PLANTMIX OR $35.24 $15.15 4 512 OPERATORS MULTI LIFT MATERIALS KING POWER EQUIPMENT SCREED MAN $35.24 $15.15 3 504 OPERATORS KING TRUCK DRIVERS 'DUMP TRUCK& TRAILER $31.87 $14.60 7 1567 Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=253219 03/23/2010 Affidavit of Wages Paid Page 1 of 2 Prevailing Wage Section Drpdumen vt_ Department of Labor& LABOR ! Affidavit of Wages Paid Industries 1\uusrRIEs t =° PO Box 44540 Olympia, WA 98504-4540 Received: Affidavit Id: Status: 12/09/2009 253805 Approved on 12/23/2009 COMPANY Company Information: G & G CORPORATION GGCOR**081 MU License History 601 381 635 823,490-00 Industrial Insurance 18044 SE 224TH ST Premium Status KENT, WA 98042 (425)432-1325 Check Number: 9763 Company Signature: Yes PROJECT Public Agency: RENTON, CITY OF Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: RENTON Job Site Address/Directions: Project Name: 2009 STREET OVERLAY Contract Number: CAG-09-092 Date Intent Filed: 08/07/2009 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Job Start Date : 09/03/2009 Date Work Completed: 09/21/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Did Your Company Hire Subcontractors To Perform All Work? No Did Your Company Hire Any Subcontractors? No $Amount: $12,840.00 Number of Owners/Operators 0 Who Performed Work: Did Employees Perform Work on Yes This Project? https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=253805 03/23/2010 Affidavit of Wages Paid Page 2 of 2 Does this project utilize American Recovery and Reinvestment Act No (ARRA) funds? More specifically, does this project utilize any weatherization No or energy efficiency upgrade funds (ARRA or otherwise)? Filed by: EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Wor Hou KING ELECTRICIANS - INSIDE JOURNEY LEVEL $54.25 $0.00 3 63 KING ELECTRICIANS POWERLINE GROUNDPERSON $38.14 $0.00 1 32 CONSTRUCTION Apprentice Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/AffidavitPrint.asp?ID=253805 03/23/2010 Statement of Intent to Pay Prevailing Wages Page 1 of 2 Prevailing Wage Section €ftpatCiLrrir Department of Labor& =nStatement of Intent to Pay Industries Prevailing Wage PO Box 44540 I l i i S TRIES'' x Olympia,WA 98504-4540 (360) 902-5335 Received: Intent Id: Status: 09/23/2009 257888 Approved on 10/06/2009 COMPANY Company Information: PRECISION CONCRETE CUT& DRILL PRECICC967N6 License History 602 418 676 PO BOX 732077 Search for Industrial PUYALLUP, WA 98373 Insurance Premium Status (253) 846-7517 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 Agency Contact Name: Agency Contact Phone: County: KING Multiple Counties? No City: Renton Job Site Address/Directions: Project Name: 2009 Street Overlay With Curb Ramps Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Expected Job Start Date: 07/27/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206) 624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount: $0.00 Time and Materials Yes Number of Owners/Operators Performing Work on the Project 1 that Own 30% or More of the Company. Will your company have https://fortress.wa.gov/Ini/pwiapub/IntentPrint.asp?ID=257888 03/23/2010 Statement of Intent to Pay Prevailing Wages Page 2 of 2 employees perform work on this No project? Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? More specifically, does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Filed by: Sharen Conwell EMPLOYEES' WAGES Journey Level Trades/Occupations https://fortress.wa.gov/Ini/pwiapub/IntentPrint.asp?ID=257888 03/23/2010 Washington State /17;,_ Department of Revc e‘ienue PO Box 47474 Olympia,WA 98504-7474 179021556 Certificate of Payment of State Excise Taxes by Public Works Contractor WESTERN ASPHALT INC CITY OF RENTON PO BOX 980 NATALIE WISSBROD MAPLE VALLEY WA 98038 0980 1055 S GRADY WAY RENTON WA 98057 We hereby certify that taxes, increases and penalties due or to become due from the above-named contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works contract: CITY OF RENTON CAG-09-092, 2009 ST OVERLAY W/CURB RAMPS together with all other taxes, increases and penalties due from such contractor, have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the state's lien on the retained percentage. This certificate is issued pursuant to the provision of Chapter 60.28 Revised Code of Washington for the sole purpose of informing the state, county, or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the,Department of Revenue hereby releases the state's lien on the retained percentage provided by this Chapter for excise taxes due from said contractor. This certificate does not release said contractor from liability for additional tax that may be later determined to be due with respect to the above-mentioned contract or other activities. Dated 03/l6°//® at Olympia, Washington, State of Washington Department of Revenue e?r2N1 Certifying 0 ficer For tax assistance,visit dor.wa.gov or call 1-800-647-7706. To inquire about the availability of this document in an alternate format for the visually impaired, please call(360)705-6715.Teletype(TTY)users may call 1-800-451-7985. REV 31 0028(10-01-02) co e, State of Washington !"...i- y , • >,.r.. .,ca ., A:kg, 4,.,.. eitsv *.r,,.t,,, =...s...... ,41,.;. •,,.,6te),„ ' —02 T•1 •• ' 4 ZategrAINNEfferesnazur z,:'RI i,2-, 1% DEPARTMENT OF REVENUE 'LI< 4.1..7.e.,..4 Z ..... PINEY BOWES ii- -; . :N'i:•.- ° *•;i4,.,.- !!!.--. P.O. Box 47474 0- "P..re -iitill. - uo- t. ti- 1.0 02 1R $ 00.335 Olympia WA 98504-7474Luc° 1,61 '. ' • 0006558601 MAR 18 2010 ret ;I.••• k ... , '1 • r MAILED FROM ZIP CODE 98503 A0j1E-Si Se0S7 11,1111,11111i111,1,111,11,1,1111,1111,v,11,1,111ipillIvilliii, 'tale Employment Security Department WASHINGTON STATE CONTRACTOR: WESTERN ASPHALT INC ) CERTIFICATE OF PO BOX 980 ) PAYMENT OF CONTRIBUTIONS MAPLE VALLEY,WA 98038 ) PENALTIES AND INTEREST ON ) PUBLIC WORKS CONTRACT ES Reference No. 311460-00 6 TO: CITY OF RENTON -NATALIE WISSBROD 1055 S GRADY WAY RENTON, WA 98057 The Employment Security Department hereby certifies those contributions, penalties and interest due from the above named contractor under the Employment Security Act have been paid in full or provided for with respect to the following public works contract: CAG 09-092 The Employment Security Department hereby certifies that it has no claim pursuant to RCW 50.24.130 against the public body named above for tax attributable to service performed for said public body by the above named contractor on the above described contract. The Employment Security Department releases its lien on the retained percentage, which is provided by RCW 60.28.040 for contributions, penalties and interest due from said contractor. This certificate does not release said contractor from liability for additional contributions, penalties and interest which may be later determined to be due with respect to the above mentioned contract. Dated at Olympia, Washington on February 3, 2010. COMMISSIONER EMP MENT SECURITY DEPARTMENT By s/ / (Authorized Re resenta 'fie) Original—Disbursing Officer Duplicate—Employer Triplicate—Central Office Files EMS 8449 760 R3-98 £STA7 4ry pair El4.;n J t Ilt. .«i S tit:ti S"'�C 'm^EEE bt ;am) STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES CITY OF RENTON ATTN : NATALIE WISSBROD COMMUNITY SERVICES DEPT 1055 S GRADY WAY RENTON WA 98057 Certificate of Release of the State ' s Lien on Public Works Contracts With this letter , the Washington State Department of Labor & Industries approves of your release or payment of the contract amount retained from the following contractor --- WESTERN ASPHALT INC 267,209-00 179 021 556 PO BOX 980 MAPLE VALLEY WA 98038-0980 --- related to the following public works contract : 2009 STREET OVERLAY WITH CURB RAMPS CAG-09-092 In our opinion , all workers ' compensation insurance premiums , increases , and penalties due to L&I from this contractor have been paid in full or are readily collectible without recourse to the state ' s lien on the retained percentage . ** This letter ' s sole purpose is to communicate our release of the state ' s lien to the public official responsible for paying or authorizing the payment of public funds to the contractor named above . If we later determine that the contractor owes additional premiums related to the above-mentioned contract or other activities , the contractor is still liable for payment . Dated February 2, 2010 at Olympia , Washington . State of Washington Department of Labor & Industries / 72 .T-2.- Contract Release Specialist PATRICIA MCLAIN 360-902-5385 or MCLP235a1LNI .WA.GOV ** Title 51 RCW authorizes L&I to collect workers ' compensation insurance premiums , increases , and penalties . Chapter 60 . 28 RCW establishes L&I 's priority regarding this lien . %are *toot Department of Labor and Industries sr.9,p Request for Contract Release Contract Release a ti PO Box 44274 Olympia,WA 98504-4272 J3yL lNN9 sVY NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Do not pay retained funds until you have Department of Labor and Industries approval Contractor's Tax Registration No. (UBI No.) 179021556 Date: December 14, 2009 From: Name&Address of Public Agency Department Use Only City of Renton Assigned To: Attn:Natalie Wissbrod 1055 S Grady Way Renton,WA 98057 Date signed: Notice is hereby given relative to the completion of contract or project described below Project Name/Description of Project: Contract Number: 2009 Street Overlay with Curb Ramps CAG-09-092 Contract Amount: $1,356,383.98 Retained Amount: Retainage Bond Contractor's Name: Telephone Number: Western Asphalt,Inc. 206.624.4433 Contractor's Address: PO Box 980 Maple Valley,Wa.98038 Date Contract Awarded: Date Work Commenced: Date Work Completed: Date Work Accepted: July 6,2009 July 27,2009 December 3,2009 December 3,2009 Surety or Bonding Company: First National Insurance Company of America Agent's Address: Holly Ulfers-Kibble and Prentice-601 Union Street Suite 1000 Seattle,Wa.98101-4064 Please list Subcontractors below: Continue Subcontractors list on other side. Subcontractor's Name UBI Number: J and G Concrete Corporation 602817010 Northwest Traffic Inc. 602140049 Bryce Construction,Inc. 602883078 G and G Inc. 601381635 Disbursing Officer Comments: Contact Name: Natalie Wissbrod Phone Number: 425-430-6919 Email Address: nwissbrod@rentonwa.gov The Disbursing Officer must complete and submit this notice to the Department of Labor and Industries immediately after acceptance of the work done under this contract. Mail this notice to Department of Labor and Industries,Contract Release,PO Box 44274,Olympia,WA 98504-4274,or fax to(360)902-6897 or e-mail to ContractReleasena,lni.wa.gov. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of the Department's certificate of release, and then only in accordance with the certificate. F2I5-038-000 Request for Contract Release 09-2009 *err vitt For assistance contact Contract Release at(360)902-5360. Please list Subcontractors below: Subcontractor's Name UBI Number: Precision Concrete Cutting and Drill 602418676 JR's Excavating 602366466 Traffic Control Services, Inc. 601477384 F215-038-000 Request for Contract Release 09-2009 State of Washington Department of Revenue + ��� PO Box 47474 REVENUE Olympia WA 98504-7474 NiiiiContractor's Registration No. (UBI No.) 179 021 556 Date 12/10/09 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT From: Name&Address of Public Agency Department Use Only City of Renton Assigned To Attn: Natalie Wissbrod 1055 S Grady Way Renton, WA 98057 Date Assigned Notice is hereby given relative to the completion of contract or project described below Description of Contract Contract Number 2009 Street Overlay with Curb Ramps CAG-09-092 Contractor's Name Telephone Number Western Asphalt, Inc. 206-624-4433 Contractor's Address PO Box 980, Maple Valley, WA 98038 Date Work Commenced Date Work Completed Date Work Accepted 7/27/09 12/3/09 12/3/09 Surety or Bonding Company First National Insurance Company of America Agent's Address Holly Ulfers, Kibble& Prentice, 601 Union St- Ste 1000, Seattle, WA 98101-4064 Contract Amount $ 1,166,719.46 Additions $ + 187,342.99 Liquidated Damages $ 0.00 Reductions $ — 0.00 Sub-Total $ 1,354,062.45 Amount Disbursed $ 1,356,383.99 Amount of Sales Tax Paid at 9.5 % $ 2,321.54 Amount Retained $ 0.00 (/f various rates apply,please send a breakdown.) TOTAL $ 1,356,383.99 TOTAL $ 1,356,383.99 Disbursing Officer Comments: Contactor has retainage bond Signature Type or Print Name Natalie Wissbrod Phone Number 425.430.6919 The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue, PO Box 47474, Olympia, WA 98504-7474, immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in accordance with said certificate. To inquire about the availability of this document in an alternate format for the visually impaired,please call(360) 753-3217. Teletype (TTY)users please call(800)451-7985. You may also access tax information on our Internet home page at http://dor.wa.gov. REV 31 0020e(6-27-01) STA 04, State of Washington Reg.No.: Nor � O )5J ((-) oDepartment of Revenue t Audit Procedures&Administration Date: December 4, 2009 PO Box 47474 ,t 1889 t10 Olympia,Washington 98504-7474 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT From: DEPARTMENT USE ONLY City of Renton Assigned To 1055 South Grady Way Renton, WA 98055-2132 Date Assigned Notice is hereby given relative to the completion of contract or project described below. Description of Contract 2009 Street Overlay with Curb Ramps CAG-09-092 Contractor's Name Western Asphalt, Inc. Telephone No. (206) 624-4433 Contractor's Address PO BOX 980 Maple Valley,Wa. 98038 Date Work Commenced Date Work Completed Date Work Accepted July 27, 2009 December 3, 2009 December 3, 2009 Surety or Bonding Co. First National Insurance Company of America Agent's Address Holly Ulfers Kibble and Prentice 601 Union Street. Suite 1000 Seattle,Wa. 98101-4064 ,16 Contract Amount: $ 1,166,719.45' Amount Disbursed: $ 1,356,383. Additions or Reductions: $ 187,342.99 Amount Retained: $ 0.00 Sales Tax: $ 2,321.54 Total: $ 1,356,383.pi Total $ 1,356,383.9e gel By (Disbursing Officer) Phone No: The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,Olympia,Washington 98504-7474, immediately after acceptance of the work done under this contract. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND until receipt of Department's certificate,and then only in accordance with said certificate. FORM REV 31 0020(12-92) H:forms/notcomplt/ NOW 'tool C.O.#2 CITY OF RENTON Page 1 of 1 Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: 2009 Street Overlay with Curb Ramps CAG-09-092 I CONTRACTOR: Western Asphalt,Inc. SUMMARY OF PROPOSED CHANGE: Reason/Justification: There is an area on Carr Road that is sinking over a culvert. The road is getting worse and there could be an accident caused by this failure if the road isn't repaired. Wester Asphalt,Inc.,this year's Overlay Contractor has agreed to overlay the sunken area. Contract Change:Add item for asphalt grinding and patching. Add new bid items to the schedule of prices(Schedule B). Item Approx Units Description Unit Price Amount No. Quantity 46(Added) I 33 ) Ton IHMA for Pavement Repair 5" I LS I $ 22,414.50 Total this Change Order: $ 22,414.50 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT Ali AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE I../re d9 $1,166,719.45 $4,260,323,84. $22,414.50 41282738115 VeA) I 33,I��N , ? ,isrj65 ,z/�,y /%/•.� /8As - SIGNATURES: Contractor: fJ '�i�lj� Date: ,,,?_....?4,,? 1 Vii' • Project Manager: 11, ✓� .�� Date: Z- Approved By: / / f(Transpoesignuperqsorl Date: / '' i Approved By: Date: (Transportation Systems Division Director) vole `war C.O.#1 CITY OF RENTON Page 1 of 1 Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: 2009 Street Overlay with Curb Ramps CAG-09-092 I CONTRACTOR: Western Asphalt,Inc. SUMMARY OF PROPOSED CHANGE: cc-1_1.ply Reason/Justification: Construction will begin for the 2009 Street Overlay with Curb Ramps on Monday,July 27,2009. Puget Drive needs to be patched before it is overlaid. The Street Section needs to move on to other projects. Western is better set up to handle these patches(3,689 square yards)in a timely manner. Contract Change:Add items for asphalt patching and lane widening. Add new bid items to the schedule of prices(Schedule B). Item Approx Units Description Unit Price Amount No. Quantity 42(Added) 1,023 Ton HMA for Pavement Repair 5" $ 91.50 $ 93,604.50 of 43(Added) , 214 Ton HMA for Widening 2" $ 91.50 $ 19,581.00 44(Added) 3,689 SY Pay Exc Includin• Haul 5" $ 13.15 $ 48,510.35 45(Added) 1,924 SY Shoulder Prep for Widening $ 2.44 $ 4,694.56 Total this Change Order: $ 166,390.41 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $1,166,719.45 $1,166,719.45 $166,390.41 $1,333,109.86 SIGNATURES: _ 7 Contractor: / Date: 7- 7-3` - 04. Project Manager: / a - �� Date: X23-0q Approved By: / / / Date: 2 0� (Transportation Design Supervisor) Approved By: Date: (Transportation Systems Division Director) N cmSuppEdPst Supplementals Post Page: 1 12/17/2009 3:16:22PM City of Renton Contract: CAG-09-092-2009 ST OVERLAY WITH CURB RAMPS. Contract total: 1,355,524.36 Contractor: 090550-WESTERN ASPHALT INC Doc # Doc Date New End Date Amount New Contract Total Create CO 520 12/17/2009 188,804.91 1,355,524.36 No Description: CO#1 &#2 Added items for asphalt grinding, patching & lane widening. Page: 1 • Awe 441110 TO: FINANCE DIRECTOR FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAG 09-092 ESTIMATE NO. 5 Final PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $27,974.39 2. SALES TAX @ 9.50% $0.00 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $27,974.39 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $1,326,088.05 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $27,974.39 6. SUBTOTAL-CONTRACTOR PAYMENTS $1,354,062.44 10. SALES TAX PREVIOUSLY PAID $2,321.54 11. SALES TAX DUE THIS ESTIMATE $0.00 12. SUBTOTAL-SALES TAX $2,321.54 * (95%LINEI) ** (RETAINAGE:5%) GRAND TOTAL: $1,356,383.98 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT T12108.f009.0018.0002 $27,974.39 #4 Transportation-Arterial Rehabilitation ACCOUNT T12186.f009.0018.0002 $0.00 #4 Water Engineering-Water Main Replacement Project ACCOUNT 425.000000.018.5950.0034.63.000000.U55170 $0.00 #4 $27,974.39 64A) 1 D V TOTAL THIS ESTIMATE: $27,974.39 J 1 CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGNED: *The Contractor(Western Asphalt,Inc.)has a retainage bond on file with the City SIGNATURES: Contractor: �� Date:/72 Date: J _d Project Manager: r Date: /Z--11"-C25. Approved By: �. /4- Date: l a 4 0 9 • / // (Transportation Design Engineer) Approved By: Date: /r V r (Transportation Design Supervisor) Project: 2009 STREET OVERLAY V1H CURB RAMPS Contract CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit . 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price _ Quantity Amount Quantity Amount Quantity Amount 025. INSTALL SOD SQ. YD. 23.50 $13.80 30.00 22.00 $303.60 30.00 $414.00 52.00 $717.60 026. RELOCATE SIGN Each 2.00 $200.00 1.00 $200.00 0.00 $0.00 1.00 $200.00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 1.00 $500.00 0.00 $0.00 1.00 $500.00 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 _ 1.00 $420.00 0.00 $0.00 1.00 $420.00 Total Schedule C $613.500 $397,193.69 Total all Schedules(A+B+C) $27,974.399A . $1,356,384.00 VI:jr, \j j/ SIGNATURES: /1C - j) jContractor: ' Date: Oa � Project Manager: wm .J. __ A.4.4.........0-t Date: ( 2-'�`-(- a I Approved By: OK v" ` `[�-v < � Date: / 2/ ¢7o Ci Engineer) Approved By: pfraelpreesign, „�,_41.411 Date: / D (T . r�+nsporta on Design Supervisor) 12/04/2009 7 2009 est.xls Project: 2009 STREET OVERLAY W111 A CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE "A" 001. MOBILIZATION Lump Sum 1.00 $2,400.00 0.40 $960.00 0.00 $0.00 0.40 $960.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.40 $2,840.00 0.00 $0.00 0.40 $2,840.00 003. HMA CL. 1/2 IN. PG 64-22 Overlay Ton 549.00 $65.00 177.00 $11,505.00 0.00 $0.00 177.00 $11,505.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ. YD. 2,345.00 $2.20 799.00 $1,757.80 0.00 $0.00 799.00 $1,757.80 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 006. ADJUST MANHOLE Each 5.00 $340.00 2.00 $680.00 0.00 $0.00 2.00 $680.00 007. ADJUST WATER VALVE Each 8.00 $150.00 10.00 $1,500.00 0.00 $0.00 10.00 $1,500.00 008. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST CATCH BASIN Each 3.00 $300.00 1.00 $300.00 0.00 $0.00 1.00 $300.00 010. 4" RAISED PAVEMENT MARKER Each 134.00 $1.77 53.00 $93.81 0.00 $0.00 53.00 $93.81 TYPE 1, YELLOW 011. 4" RAISED PAVEMENT MARKER Each 32.00 $4.07 10.00 $40.70 0.00 $0.00 10.00 $40.70 TYPE 2d, YELLOW 012. 4" RAISED PAVEMENT MARKER Each 3.00 $8.77 2.00 $17.54 0.00 $0.00 2.00 $17.54 TYPE 2, BLUE 013. PLASTIC CROSSWALK LIN. FT. 460.00 $2.37 220.00 $521.40 0.00 $0.00 220.00 $521.40 014. 18" PLASTIC STOP BAR LIN. FT. 32.00 $4.17 13.00 $54.21 0.00 $0.00 13.00 $54.21 015. INDUCTION LOOPS Each 3.00 $800.00 3.00 $2,400.00 0.00 $0.00 3.00 $2,400.00 016. CURB RAMP, CEMENT CONCRETE Each 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 12/04/2009 1 2009 est.xls Project: 2009 STREET OVERLAY WI X11 CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount TYPE 106.1 017. SAWCUT CONCRETE LN. FT. 14.00 $2.00 57.00 $114.00 0.00 $0.00 57.00 $114.00 018. SAWCUT ASPHALT LN. FT. 64.00 $1.00 104.00 $104.00 0.00 $0.00 104.00 $104.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN. FT. 56.00 $2.60 25.00 $65.00 0.00 $0.00 25.00 $65.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 14.00 $217.70 0.00 $0.00 14.00 $217.70 022. REMOVE ASPHALT AT CURB AND GUTTER SQ. YD. 12.00 $15.55 2.00 $31.10 0.00 $0.00 2.00 $31.10 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.65 $66.95 0.00 $0.00 0.65 $66.95 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ. YD 5.00 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.40 $200.00 0.00 $0.00 0.40 $200.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.00 $168.00 0.00 $0.00 0.00 $168.00 $0.00 $24,437.21 9.5%Sales Tax $0.00 $2,321.53 vi Total Schedule A $0.00 $26,758.74 SCHEDULE "B" J Qti° 001. MOBILIZATION Lump Sum 1.00 $38,400.00 1.00 $38,400.00 0.00 $0.00 1.00 $38,400.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 1.00 $52,600.00 0.00 $0.00 1.00 $52,600.00 003. HMA CL. 1/2 " PG 64-22 OVERLAY Ton 7,498.00 $65.00 759.45 $490,714.25 0.00 $0.00 759.45 $490,714.25 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 15702.73 $34,546.01 0.00 $0.00 15702.73 $34,546.01 BY COLD PLANING I 12/04/2009 2 2009 est.xls Project: 2009 STREET OVERLAY WIH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit : 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. . Quantity Price Quantity Amount Quantity Amount Quantity Amount 005. REMOVE ACP FROM TOP OF GUTTER LIN. FT. 200.00 $1.50 216.00 $324.00 0.00 $0.00 216.00 $324.00 006. ADJUST MONUMENT Each 4.00 $200.00 5.00 $1,000.00 0.00 $0.00 5.00 $1,000.00 007. ADJUST MANHOLE Each 44.00 $340.00 4.00 34.00 $11,560.00 4.00 $1,360.00 38.00 $12,920.00 008. ADJUST WATER VALVE Each 44.00 150.00 6.00 44.00 $6,600.00 6.00 $900.00 50.00 $7,500.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 3.00 5.00 $1,700.00 3.00 $1,020.00 8.00 $2,720.00 010. ADJUST GAS VALVE Each 3.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 011. 4" RAISED PAVEMENT MARKER Each 4,126.00 $1.77 56.00 4410.00 $7,805.70 56.00 $99.12 4466.00 $7,904.82 1 TYPE 1,YELLOW 012. 4" RAISED PAVEMENT MARKER Each 470.00 $4.17 12.00 591.00 $2,464.47 12.00 $50.04 603.00 $2,514.51 TYPE 2d, YELLOW 013. 4" RAISED PAVEMENT MARKER Each 897.00 $1.70 1561.00 $2,653.70 0.00 $0.00 1561.00 $2,653.70 TYPE 1, WHITE 014. 4" RAISED PAVEMENT MARKER Each 175.00 $4.00 299.00 $1,196.00 0.00 $0.00 299.00 $1,196.00 TYPE 2e, WHITE 015. 4" RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2, BLUE 016. PLASTIC CROSSWALK LIN. FT. 1,870.00 $2.37 2005.00 $4,751.85 0.00 $0.00 2005.00 $4,751.85 017. 18" PLASTIC STOPBAR LIN. FT. 211.00 $4.17 146.00 $608.82 0.00 $0.00 146.00 $608.82 018. PLASTIC ARROW Each 10.00 $35.00 22.00 $770.00 0.00 $0.00 22.00 $770.00 019. INDUCTION LOOPS Each 18.00 $580.00 18.00 $10,440.00 0.00 $0.00 18.00 $10,440.00 020. 4"WHITE EDGE OF ROAD LINE LIN. FT. 5,584.00 $0.17 5400.00 $918.00 0.00 $0.00 5400.00 $918.00 021. CURB RAMP, CEMENT CONCRETE Each 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 105.1 12/04/2009 3 2009 est.xls Project: 2009 STREET OVERLAY WiH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit - 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 022. CURB RAMP, CEMENT CONCRETE Each 24.00 $800.00 27.00 $21,600.00 0.00 $0.00 27.00 $21,600.00 TYPE 106.1 023. CURB RAMP, CEMENT CONCRETE Each 7.00 $800.00 5.00 $4,000.00 0.00 $0.00 5.00 $4,000.00 TYPE 107.1 024. CURB RAMP, CEMENT CONCRETE Each 1.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SQ. FT. 6.00 $55.00 24.00 $1,320.00 0.00 $0.00 24.00 $1,320.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE LIN. FT. 303.00 $2.00 257.00 $515.00 0.00 $0.00 257.00 $515.00 027. SAWCUT ASPHALT LIN. FT. 962.00 $1.00 1700.75 $1,700.75 0.00 $0.00 1700.75 $1,700.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 68.32 $1,776.32 0.00 $0.00 68.32 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN. FT. 906.00 $2.60 760.90 $1,978.34 0.00 $0.00 760.90 $1,978.34 030. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ. YD. 552.50 $15.55 577.50 $8,980.13 0.00 $0.00 577.50 $8,980.13 031. REMOVE ASPHALT AT CURB AND GUTTER SQ. YD. 234.00 $15.55 242.60 $3,772.44 0.00 $0.00 242.60 $3,772.44 032. CEMENT CONC. TRAFFIC CURB AND GUTTER LIN. FT. 148.00 $22.00 246.50 $5,423.00 0.00 $0.00 246.50 $5,423.00 033. CEMENT CONCRETE SIDEWALK SQ. YD. 145.00 $29.00 232.74 $6,749.46 0.00 $0.00 232.74 $6,749.46 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 52.79 $5,437.37 0.00 $0.00 52.79 $5,437.37 1 035. TOPSOIL TYPE A Ton 20.25 $66.50 1.00 19.00 $1,263.50 1.00 $66.50 20.00 $1,330.00 036. INSTALL SOD SQ. YD. 83.50 $13.80 4.40 89.00 $1,228.20 4.40 $60.72 93.40 $1,288.92 037. RELOCATE SIGN Each 5.00 $200.00 7.00 $1,400.00 0.00 $0.00 7.00 $1,400.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 9.00 $90.00 0.00 $0.00 9.00 $90.00 12/04/2009 4 2009 est.xls Project: 2009 STREET OVERLAY WH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. _ Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price , Quantity Amount Quantity Amount Quantity Amount 039. INSTALL BEAUTY BARK CU. YD. 2.50 $217.00 1.03 1.00 0.00 $0.00 2.03 $440.51 2.03 $440.51 040. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 1.00 $500.00 0.00 $0.00 1.00 $500.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 1.00 $420.00 0.00 $0.00 1.00 $420.00 • 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 $97,063.20 0.00 $0.00 1060.80 $97,063.20 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 186.26 $17,042.79 0.00 $0.00 186.26 $17,042.79 044. PAV EXC INCLUDING HAUL 5" SQ. YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 $2.44 1436.32 $3,504.62 0.00 $0.00 1436.32 $3,504.62 046. GRIND AND PAVE CARR RD LS 1.00 $23,364.001.00 0.00 $0.00 1.00 $23,364.00 1.00 $23,364.00 __ Total Schedule B $27,360.89 y $932,431.57 JPN V ., ., v� SCHEDULE C 001. MOBILIZATION Lump Sum 1.00 $20,000.00 1.00 $20,000.00 0.00 $0.00 1.00 $20,000.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 1.00 $23,300.00 0.00 $0.00 1.00 $23,300.00 003. HMA CL. 1/2 IN. PG 64-22 Ton 3,488.00 $65.00 3943.25 $256,317.10 0.00 $0.00 3943.25 $256,317.10 4" DEEP IN TWO 2" LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ. YD. 15,297.00 $1.06 14183.11 $15,034.10 0.00 $0.00 14183.11 $15,034.10 BY COLD PLANING--2" DEEP 005. REMOVE ROAD BASE--4"DEEP SQ.YD. 15,297.00 $3.12 14276.11 $44,541.46 0.00 $0.00 14276.11 $44,541.46 006. ADJUST MONUMENT Each 13.00 $200.00 18.00 $3,600.00 0.00 $0.00 18.00 $3,600.00 007. ADJUST MANHOLE Each 6.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 f 0.00 $0.00 0.00 $0.00 0.00 $0.00 12/04/2009 5 2009 est.xls Project: 2009 STREET OVERLAY VvH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt, Inc. Item Description Unit Est. Unit ' 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price _ Quantity Amount Quantity Amount Quantity Amount 009. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4" RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2, BLUE 011. 18" PLASTIC STOPBAR LIN. FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. CURB RAMP, CEMENT CONCRETE Each 9.00 $800.00 9.00 $7,200.00 0.00 $0.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP, CEMENT CONCRETE Each 2.00 $800.00 2.00 $1,600.00 0.00 $0.00 2.00 $1,600.00 TYPE 4A 014. RETROFIT TRUNCATED DOMES ON SQ. FT. 6.00 $55.00 24.00 $1,320.00 0.00 $0.00 24.00 $1,320.00 EXISTING CURB RAMPS 015. SAWCUT CONCRETE LIN. FT. 130.00 $2.00 134.00 $268.00 0.00 $0.00 134.00 $268.00 016. SAWCUT ASPHALT LIN. FT. 368.00 $1.00 298.00 $298.00 0.00 $0.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE Ton 1,200.00 $11.60 1234.95 $14,325.42 0.00 $0.00 1234.95 $14,325.42 018. REMOVE CONCRETE CURB AND GUTTER LIN. FT. 302.00 $2.60 291.00 $756.60 0.00 $0.00 291.00 $756.60 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 $2,436.69 0.00 $0.00 156.70 $2,436.69 020. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 69.00 $15.55 21.30 $331.22 0.00 $0.00 21.30 $331.22 021. CEMENT CONC. TRAFFIC CURB AND GUTTER LIN. FT. 12.50 $29.00 82.00 $2,378.00 0.00 $0.00 82.00 $2,378.00 022. CEMENT CONCRETE SIDEWALK SQ. YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,450.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 024. TOPSOIL TYPE A Ton 3.00 $66.50 3.00 0.00 $0.00 3.00 $199.50 3.00 $199.50 12/04/2009 6 2009 est.xls Val 1[111. TO: FINANCE DIRECTOR FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAG 09-092 ESTIMATE NO. 4 PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $246,937.89 2. SALES TAX @ 9.50% cr 5-4,46p0,_c /�Jar $85.09 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $247,022.98 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $1,079,150.16 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $246,937.89 6. SUBTOTAL-CONTRACTOR PAYMENTS $1,326,088.05 10. SALES TAX PREVIOUSLY PAID $2,236.45 11. SALES TAX DUE THIS ESTIMATE $85.09 12. SUBTOTAL-SALES TAX $2,321.54 * (95%xLINEI) ** (RETAINAGE:5%) GRAND TOTAL: $1,328,409.59 J (ri FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and l I): Transportation-Street Overlay ACCOUNT T12108.1009.0018.0002 $246,042.23 #4 Transportation-Arterial Rehabilitation ACCOUNT TI 2186.1009.0018.0002 $0.00 #4 Water Engineering-Water Main Replacement Project ACCOUNT 425.000000.018.5950.0034.63.000000.U55170 $980.75 #4 $247,022.98 TOTAL THIS ESTIMATE: $247,022.98 1 2 Vv CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGNED: *The Contractor(Western As! alt,Inc.)has a rets' age bond on file with the City SIGNATURES: //—/o-0 / Contractor: / Date: // `/o d� Project Manager: (# €ys��l Date: Approved By: ( t / G om/ "J: Date: 11/� G9 JP v / ransportalion Design Engineer) Approved By: .,.,�,�,�.� Date: (Transportation Design Supervisor) Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt,Inc. Item Description Unit Est. Unit 9/28 10/1 10/5 10/6 10/7 -10/10 10/20 10/21 10/22 10/27 10/28 10/30 11/4 11/6 I Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"C" 001. MOBILIZATION Lump Sum 1.00 $20,000.00 0.50 0.50 $10,000.00 0.50 $10,000.00 1.00 $20,000.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 0.50 0.50 $11,650.00 0.50 $11,650.00 1.00 $23,300.00 003. HMA CL.1/2 IN.PG 64-22 Ton 3,488.00 $65.00 398.09 497.29 211.67 821.59 136.61 1878.00 $122,075.85 2065.25 $134,241.25 3943.25 $256,317.10 4"DEEP IN TWO 2"LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 '' 3,234.00 2,583.00 555.11 7811.00 $8,279.66 6372.11 $6,754.44 14183.11 $15,034.10 BY COLD PLANING--2"DEEP 005. REMOVE ROAD BASE--4"DEEP SQ.YD. 15,297.00 $3.12 3,234.00 2,583.00 555.11 7904.00 $24,660.48 6372.11 $19,880.98 14276.11 $44,541.46 006. ADJUST MONUMENT Each 13.00 $200.00 11.00 4.00 3.00 $600.00 15.00 $3,000.00 18.00 $3,600.00 007. ADJUST MANHOLE Each 6.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 011. 18"PLASTIC STOPBAR LIN.FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. CURB RAMP,CEMENT CONCRETE Each 9.00 $800.00 9.00 $7,200.00 0.00 $0.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 2.00 $1,600.00 0.00 $0.00 2.00 $1,600.00 TYPE 4A 014. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 24.00 I 0.00 $0.00 24.00 $1,320.00 24.00 $1,320.00 EXISTING CURB RAMPS 015. SAWCUT CONCRETE LIN.FT. 130.00 $2.00 'i 134.00 $268.00 0.00 $0.00 134.00 $268.00 016. SAWCUT ASPHALT LIN.FT. 368.00 $1.00 298.00 $298.00 0.00 $0.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE Ton 1,200.00 $11.60 91.35 168.20 66.00 126.50 782.90 $9,081.64 452.05 $5,243.78 1234.95 $14,325.42 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302.00 $2.60 291.00 $756.60 0.00 $0.00 291.00 $756.60 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 $2,436.69 0.00 $0.00 156.70 $2,436.69 020. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 69.00 $15.55 21.30 $331.22 0.00 $0.00 21.30 $331.22 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 82.00 $2,378.00 0.00 $0.00 82.00 $2,378.00 022. CEMENT CONCRETE SIDEWALK SQ.YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,450.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 ', 0.00 $0.00 0.00 $0.00 0.00 $0.00 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt,Inc. Item Description Unit Est. Unit 9/28 10/1 10/5 10/6 10/7 10/10 10/20 10/21 10/22 10/27 10/28 10/30 11/4 11/6 Previous Previous This This Total Total No. Quantity_ Price Quantit Amount Quantity Amount Quantity_, Amount 024. TOPSOIL TYPE A Ton 3.00 $66.50 l 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD. 23.50 $13.80 22.00 0.00 $0.00 22.00 $303.60 22.00 $303.60 026. RELOCATE SIGN Each 2.00 $200.00 1.00 0.00 $0.00 1.00 $200.00 1.00 $200.00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.50 0.50 $250.00 0.50 $250.00 1.00 $500.00 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.50 0.50 $210.00 0.50 $210.00 1.00 $420.00 r Total Schedule C $193,054.05 Je(4/ $396,580.19 ✓ 7 j Total all Schedules(A+B+C) $247,022.98 $1,328,409.61 SIGNATURES: J Contractor: /1/1": „. - Date: / -/6' l� /� /:) Project Manager Date: ��"'1(e-Uf Approved By: - / (Transportation Design Engineer) Date: cf Approved By: -� Date: N-/d, - o7 (Transportation Design Supervisor) 1 � 1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit I 9/28 10/1 10/5 10/6 10/7 10/10 10/20 10/21 10/22 10/27 10/28 10/30 11/4 11/6 I Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"A" 001. MOBILIZATION Lump Sum 1.00 $2,400.00 0.40 $960.00 0.00 $0.00 0.40 $960.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.40 $2,840.00 0.00 $0.00 0.40 $2,840.00 003. HMA CL.1/2 IN.PG 64-22 Overlay Ton 549.00 $65.00 177.00 $11,505.00 0.00 $0.00 177.00 $11,505.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 2,345.00 $2.20 799.00 $1,757.80 0.00 $0.00 799.00 $1,757.80 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 006. ADJUST MANHOLE Each 5.00 $340.00 2.00 $680.00 0.00 $0.00 2.00 $680.00 007. ADJUST WATER VALVE Each 8.00 $150.00 10.00 $1,500.00 0.00 $0.00 10.00 $1,500.00 008. ADJUST GAS VALVE Each 2.00 $150.00 ( 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST CATCH BASIN Each 3.00 $300.00 1.00 $300.00 0.00 $0.00 1.00 $300.00 010. 4"RAISED PAVEMENT MARKER Each 134.00 $1.77 53.00 0.00 $0.00 53.00 $93.81 53.00 $93.81 TYPE 1,YELLOW 011. 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 10.00 0.00 $0.00 10.00 $40.70 10.00 $40.70 TYPE 2d,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 3.00 $8.77 2.00 0.00 $0.00 2.00 $17.54 2.00 $17.54 TYPE 2,BLUE 013. PLASTIC CROSSWALK LIN.FT. 460.00 $2.37 220.00 0.00 $0.00 220.00. $521.40 220.00 $521.40 014. 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 13.00 0.00 $0.00 13.00 $54.21 13.00 $54.21 015. INDUCTION LOOPS Each 3.00 $800.00 3.00 $2,400.00 0.00 $0.00 3.00 $2,400.00 016. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 57.00 $114.00 0.00 $0.00 57.00 $114.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 104.00 $104.00 0.00 $0.00 104.00 $104.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 $2.60 25.00 $65.00 0.00 $0.00 25.00 $65.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 14.00 $217.70 0.00 $0.00 14.00 $217.70 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 $15.55 2.00 $31.10 0.00 $0.00 2.00 $31.10 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.65 $66.95 0.00 $0.00 0.65 $66.95 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 .1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 9 9/28 10/1 10/5 10/6 10/7 " 10/10 10/20 10/21 10/22 10/27 10/28 10/30 11/4 11/6 Previous Previous This This Total Total No. Quantity Price ; Quantity Amount Quantity Amount Quantity Amount 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.40 $200.00 0.00 $0.00 0.40 $200.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 I _ __ 0.40 0.00 $0.00 0.40 $168.00 0.40 $168.00 $895.66 $24,437.21 9.5%Sales Tax $85.09 $2,321.53 Total Schedule A $980.75 t poi $26,758.74 j f ) ) 1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number. CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt,Inc. Item Description Unit Est. Unit 1 9/28 10/1 ' 10/5 10/6 10/7 10/10 10/20 10/21 10/22 10/27 10/28 10/30 ' 11/4 11/6 1 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"B" 001. MOBILIZATION Lump Sum 1.00 $38,400.00 0.10 0.90 $34,560.00 0.10 $3,840.00 1.00 $38,400.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 0.10 0.90 $47,340.00 0.10 $5,260.00 1.00 $52,600.00 003. HMA CL.1/2"PG 64-22 OVERLAY Ton 7,498.00 $65.00 ' 296.43 129.33 7123.69 $463,039.85 425.76 $27,674.40 7549.45 $490,714.25 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 1214.45 1017.33 13470.95 $29,636.09 2231.78 $4,909.92 15702.73 $34,546.01 BY COLD PLANING 005. REMOVE ACP FROM TOP OF GUTTER LIN.FT. 200.00 $1.50 216.00 $324.00 0.00 $0.00 216.00 $324.00 006. ADJUST MONUMENT Each 4.00 $200.00 5.00 $1,000.00 0.00 $0.00 5.00 $1,000.00 007. ADJUST MANHOLE Each 44.00 $340.00 4.00 30.00 $10,200.00 4.00 $1,360.00 34.00 $11,560.00 008. ADJUST WATER VALVE Each 44.00 150.00 I 1.00 43.00 $6,450.00 1.00 $150.00 44.00 $6,600.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 ' 5.00 $1,700.00 0.00 $0.00 5.00 $1,700.00 010. ADJUST GAS VALVE Each 3.00 $150.00 I 0.00 $0.00 0.00 $0.00 0.00 $0.00 011. 4"RAISED PAVEMENT MARKER Each 4,126.00 $1.77 ; 4410.00 $7,805.70 0.00 $0.00 4410.00 $7,805.70 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 470.00 $4.17 i 591.00 $2,464.47 0.00 $0.00 591.00 $2,464.47 TYPE 2d,YELLOW 013. 4"RAISED PAVEMENT MARKER Each 897.00 $1.70 10.00 1551.00 $2,636.70 10.00 $17.00 1561.00 $2,653.70 TYPE 1,WHITE 014. 4"RAISED PAVEMENT MARKER Each 175.00 $4.00 2.00 297.00 $1,188.00 2.00 $8.00 299.00 $1,196.00 TYPE 2e,WHITE 015. 4"RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 016. PLASTIC CROSSWALK LIN.FT. 1,870.00 $2.37 780.00 840.00 164.00 221.00 0.00 $0.00 2005.00 $4,751.85 2005.00 $4,751.85 017. 18"PLASTIC STOPBAR LIN.FT. 211.00 $4.17 45.00 51.00 10.00 40.00 0.00 $0.00 146.00 $608.82 146.00 $608.82 018. PLASTIC ARROW Each 10.00 $35.00 13.00 7.00 2.00 0.00 $0.00 22.00 $770.00 22.00 $770.00 019. INDUCTION LOOPS Each 18.00 $580.00 18.00 $10,440.00 0.00 $0.00 18.00 $10,440.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,584.00 $0.17 1 5400.00 $918.00 0.00 $0.00 5400.00 $918.00 021. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 105.1 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 27.00 $21,600.00 0.00 $0.00 27.00 $21,600.00 TYPE 106.1 023. CURB RAMP,CEMENT CONCRETE Each 7.00 $800.00 5.00 $4,000.00 0.00 $0.00 5.00 $4,000.00 TYPE 107.1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number. CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit` 9/28 10/1 10/5 10/6 10/7 10/10 10/20 10/21 10/22 10/27 10/28 10/30 11/4 11/6 p Previous Previous This This Total Total No. Quantity Price L Quantity Amount Quantity Amount Quantity Amount 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 24.00 0.00 $0.00 24.00 $1,320.00 24.00 $1,320.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE LIN.FT. 303.00 $2.00 257.00 $515.00 0.00 $0.00 257.00 $515.00 027. SAWCUT ASPHALT LIN.FT. 962.00 $1.00 1700.75 $1,700.75 0.00 $0.00 1700.75 $1,700.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 , 68.32 $1,776.32 0.00 $0.00 68.32 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 $2.60 760.90 $1,978.34 0.00 $0.00 760.90 $1,978.34 030. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 $15.55 577.50 $8,980.13 0.00 $0.00 577.50 $8,980.13 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 $15.55 242.60 $3,772.44 0.00 $0.00 242.60 $3,772.44 032. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 148.00 $22.00 246.50 $5,423.00 0.00 $0.00 246.50 $5,423.00 033. CEMENT CONCRETE SIDEWALK SQ.YD. 145.00 $29.00 232.74 $6,749.46 0.00 $0.00 232.74 $6,749.46 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 52.79 $5,437.37 0.00 $0.00 52.79 $5,437.37 035. TOPSOIL TYPE A Ton 20.25 $66.50 12.00 7.00 $465.50 12.00 $798.00 19.00 $1,263.50 036. INSTALL SOD SQ.YD. 83.50 $13.80 89.00 0.00 $0.00 89.00 $1,228.20 89.00 $1,228.20 037. RELOCATE SIGN Each 5.00 $200.00 1.00 6.00 $1,200.00 1.00 $200.00 7.00 $1,400.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 9.00 $90.00 0.00 $0.00 9.00 $90.00 039. INSTALL BEAUTY BARK CU.YD. 2.50 $217.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 040. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.10 0.90 $450.00 0.10 $50.00 1.00 $500.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.10'. 0.90 $378.00 0.10 $42.00 1.00 $420.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 $97,063.20 0.00 $0.00 1060.80 $97,063.20 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 186.26 $17,042.79 0.00 $0.00 186.26 $17,042.79 044. PAV EXC INCLUDING HAUL 5" SQ.YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 $2.44 r 1436.32 $3,504.62 0.00 $0.00 1436.32 $3,504.62 Total Schedule B $52,988.19 $905,070.68 n .,,$)j til J I!� TO: FINANCE DIRECTO1010 `N` FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAG 09-092 ESTIMATE NO. 3 PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $339,863.82 / 2. SALES TAX @ 9.50% $2,236.45 J 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $342,100.27 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $739,286.35 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $339,863.82 6. SUBTOTAL-CONTRACTOR PAYMENTS $1,079,150.16 10. SALES TAX PREVIOUSLY PAID $0.00 11. SALES TAX DUE THIS ESTIMATE $2,236.45 12. SUBTOTAL-SALES TAX $2,236.45 * (95%xLINEI) ** (RETAINAGE:5%) GRAND TOTAL: $1,081,386.61 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT T12108.1D09.0018.0002 $316,322.27 #3 Transportation-Arterial Rehabilitation ACCOUNT T12186.f009.0018.0002 $0.00 #3 Water Engineering-Water Main Replacement Project $25,778.00 • ACCOUNT 425.000000.018.5950.0034.63.000000.U55170 #3 $342,100.27 TOTAL THIS ESTIMATE: $342,100.27 CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGNED: * The Contractor(Western Asphalt,Inc.)has a retainage bond on file with the City SIGNATURES: Contractor: Date: Project Manager: Date: Approved By: Date: (Transportation Design Engineer) Approved By: Date: (Transportation Design Supervisor) TO: FINANCE DIRECTITR FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAC 09-092 ESTIMATE NO. 3 PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $339,863.82 2. SALES TAX @ 9.00% $2,118.74 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $341,982.56 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $739,286.35 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $339,863.82 6. SUBTOTAL-CONTRACTOR PAYMENTS $1,079,150 10. SALES TAX PREVIOUSLY PAID $0.00 11. SALES TAX DUE THIS ESTIMATE $2,118.74 I�(JJ 12. SUBTOTAL-SALES TAX $2,118.74 * (95%.xLINEJ) **(RETAINAGE:5%) GRAND TOT : $1,081,268.90 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT T12108.f009.0018.0002 $316,322.27 #3 Transportation-Arterial Rehabilitation ACCOUNT T12186.1009.0018.0002 $0.00 #3 Water Engineering-Water Main Replacement Project ACCOUNT 425.000000.018.5950.0034.63.000000 55170 $25,660.29 #3 ^l $341,982.56 TOTAL THIS ESTIMATE: $341,982.56 CHARTER 116 AWS OF 1965 CITY OF RE ON CERTIFICATION I,THE UND SIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY, HAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICE RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIG TION AGAINST THE CITY OF RENTON,AND THAT I AM AUTH RIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGN D: " The Contractor(Western Asbhalt,Inc.)has a retainage bond on file with the City SIGNATURES: Contractor: Date:4; -.2 Project Manager: Date: /0--Z `d ,e Approved By: Date: (T nsportation Design Engineer) Approved By: .d21.4(�� Date: /O/2/p9 (Transportation Design Supervisor) Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt,Inc. Item Description Unit Est. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous The This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"A" 001. MOBILIZATION Lump Sum 100 $2,400.00 0.40 0.00 $0.00 040 $960.00 0.40 $960.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 100 $7,100.00 0.40 0.00 $000 0.40 52,84000 0.40 02,840.00 003. HMA CL.1/2 IN.PG 6422 Overlay Ton 549.00 $65.00 177.00 0.00 $0.00 177.00 $11,505.00 177.00 $11,505.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 2,345.00 $2.20 799.00 0.00 $0.00 79900 $1,757.80 799.00 51,757.80 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 000 $0.00 0.00 $0.00 ADJUST MANHOLE Each 5.00 $340.00 1.00 1.00 0.00 $0.00 2.00 $680.00 2.00 $680.00 007. ADJUST WATER VALVE Each 8.00 $150.00 10.00 0.00 $0.00 10.00 $1,500.00 10.00 $1600.00 008. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 000 $0.00 009. ADJUST CATCH BASIN Each 3.00 $300.00 1.00 0.00 $0.00 1.00 $300.00 1.00 $300.00 010. 4"RAISED PAVEMENT MARKER Each 13400 $1.77 000 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 011. - 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 000 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 3.00 $8.77 000 $0.00 0.00 $0.00 0.00 $0.00 -TYPE 2,BLUE 013. PLASTIC CROSSWALK LIN.FT. 460.00 $2.37 000 $0.00 0.00 $0.00 0.00 $0.00 014. 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 015. INDUCTION LOOPS Each 3.00 $800.00 3.00 0.00 $0.00 3.00 $2,400.00 3.00 02,40000 CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 0.00 $0.00 1.00 $800.00 1.00 $800.00 TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 57.00 0.00 $0.00 57.00 $114.00 5700 $114.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 104.00 0.00 $0.00 104.00 $104.00 10400 $104.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 000 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 $2.60 25.00 000 $0.00 2500 $65.00 25.00 $65.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 14.00 0.00 $000 14.00 $217.70 14.00 $217.70 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 015.55 2.00 0.00 $0.00 200 $31.10 2.00 $31.10 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.65. 0.00 $0.00 065 $66.95 065 $66.95 roro2i2aroTOM ostsis EST 12 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt.Inc. Item Description Unit Est. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 $0.00 0.00 80.00 0.00 80.00 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 s0.00 0.00 80.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.40 0.00 $0.00 0.40 8200.00 0.40 $200.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 $23,541.55 $23,541.55 9.5%Sales Tax 82,118.74 82,118.74 Total Schedule A 825,660.29 $25,660.29 ) `\ tnJ) 2000*As 1002/2000 2 EST 3-2 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Closing Date: 09/25/2009 Contractor Western Asphalt,Inc. Item Description Unit Est. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous The This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"B" 001. MOBILIZATION Lump Sum 1.00 $38,400.00 0.30 0.60 $23,040.00 0.30 $11,520.00 0.90 $34,560.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 0.30 0.60 $31,560.00 0.30 $15,780.00 0.90 $47,340.00 003. HMA CL.1/2"PG64-22 OVERLAY Ton 7,498.00 $65.00 1249.85 514.13 227.08 40.00 99.20 4993.43 $324,572.95 2130.26 $138,466.90 7123.69 $463,039.85 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 272.00 232.00 321.10 12645.85 $27,820.87 825.10 $1,815.22 13470.95 $29,636.09 BY COLD PLANING 005. REMOVE ACP FROM TOP OF GUTTER LIN.FT. 200.00 $1.50 216.00 $324.00 0.00 $0.00 216.00 $324.00 . ADJUST MONUMENT Each 4.00 $200.00 1.00 1.00 1.00 2.00 $400.00 3.00 $600.00 5.00 $1,000.00 007. ADJUST MANHOLE Each 44.00 $340.00 3.00 8.00 5.00 6.00 8.00 $2,720.00 22.00 $7,480.00 30.00 $10,200.00 008. ADJUST WATER VALVE Each 44.00 150.00 6.00 4.00 8.00 100 2.00 3.00 19.00 $2,850.00 24.00 $3,600.00 43.00 $6,450.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 1.00 100 1.00 1.00 1.00 $340.00 4.00 $1,360.00 5.00 $1,700.00 010. ADJUST GAS VALVE Each 3.00 $150.00 0.00 $0.00 0.00 E0.90 0.00 $0.00 011. 4"RAISED PAVEMENT MARKER Each 4,126.00 $1.77 1073.00 1166.00 1296.00 468.00 407.00 0.00 $0.00 4410.00 $7,805.70 4410.00 $7,805.70 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 470.00 54.17 158.00 150.00 154.00 91.00 38.00 0.00 $0.00 591.00 $2464.47 591.00 $2,464.47 TYPE 2d,YELLOW 013. 4"RAISED PAVEMENT MARKER Each 897.00 $1.70 479.00 41.00 583.00 131.00 317.00 0.00 $0.00 1551.00 $2,636.70 1551.00 $2,636.70 TYPE 1,WHITE 014 4"RAISED PAVEMENT MARKER Each 175.00 $4.00 112.00 8.00 94.00 2000 54.00 0.00 $0.00 297.00 $1,188.00 297.00 $1,188.00 TYPE 2e,WHITE 015. 4"RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE )PLASTIC CROSSWALK LIN.FT. 1,870.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 017. 18"PLASTIC STOPBAR LIN.FT. 211.00 $4.17 0.00 $0.00 0.00 50.00 0.00 $0.00 018. PLASTIC ARROW Each 10.00 $35.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. INDUCTION LOOPS Each 18.00 $580.00 6.00 8.00 4.00 0.00 $0.00 18.00 $10,440.00 18.00 $10,440.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,58400 $0.17 5400.00 0.00 $0.00 5400.00 $918.00 5400.00 $918.00 021. CURB RAMP,CEMENT CONCRETE Each 200 $800.00 1.00 0.00 $0.00 1.00 $80000 1.00 $800.90 TYPE 105.1 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 1.00 4.00 22.00 $17,600.00 5.00 $4,000.00 27.00 $21,600.00 TYPE 106.1 023. CURB RAMP.CEMENT CONCRETE Each 7.00 $800.00 5.00 0.00 $000 5.00 $4,000.00 5.00 $4,000.00 TYPE 107.1 3000 esIX. 10/0.009 a EST 12 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Contractor: Westem Asphalt Inc. Closing Date: 09/25/2009 Item Description Unit ES. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previo This The Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SO.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE LIN.FT. 303.00 $2.00 107.00 150.00 $301.00 107.00 $214.00 25700 $515.00 027. SAWCUT ASPHALT LIN.FT. 962.00 $1.00 188.00 1512.75 $1,512.75 188.00 $188.00 1700.75 $1,700.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 68.32 $1,776.32 0.00 $0.00 68.32 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 $2.60 89.00 671.90 $1,746.94 89.00 $231.40 76090 01,978.34 1 REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 $15.55 80.20- 4.00' 51330 07,981.82 64.20. $998.31 577.50 $8,980.13 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 $15.55 18.50 224.10 $3484.76 18.50 $287.68 242.60 $3,772.44 032. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 148.00 $22.00 29.00 217.50 $4,785.00 29.00 $638.00 246.50 55,423.00 033. CEMENT CONCRETE SIDEWALK SQ.YD. 145.00 $29.00 57.00 44.60 15.00 116.14 $3,368.06 116.60 $3,381.40 23274 06,749.46 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 3.94 48.85 $5,031.55 3.94 $405.82 5279 55,437.37 035.' TOPSOIL TYPE A Ton 20.25 $66.50 7.00 0.00 $0.00 7.00 $465.50 700 $465.50 036. INSTALL SOD SQ.YD. 83.50 $13.80 000 $0.00 0.00 $0.00 0.00 $0.00 037. RELOCATE SIGN Each 5.00 $200.00 6.00 31,200.00 0.00, $0.00 6.00 $1,200.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 2.00 7.00 $70.00 2.00 $20.00 9.00 $90.00 039. INSTALL BEAUTY BARK CU.YD. 2.50 5217.00 0.00 $0.00 0.00 $0.00 000 $0.00 EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.30 0.60 $300.00 0.30 $150.00 0.90 $450.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.30 0.60 $252.00 0.30 $126.00 0.80 $378.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 097,063.20 0.00. $0.00 1060.80 397,06320 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 186.26 $17,042.79 0.00 $0.00 186.26 $17,042.79 044. PAV EXC INCLUDING HAUL 5" SQ.YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 $2.44 1436.32 53,504.62 0.00 00.00 1436.32 $3504.62 Total Schedule B $221,981.10 i $852,082.49 0A2 V09 2009 w.14 EST 32 Project: 2009 STREET OVERLAY WITH CURB RAMPS Control Number: CAD 09-092 Closing Date: 09/25/2009 Contractor: Western AsphaB,Inc. Item Description Unit Est. Unit I 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price I Quantity Amount Quantity Amount Quantity Amount SCHEDULE C• 001. MOBILIZATION Lump Sum 1.00 $20000.00 0.28 0.22 $4,400.00 0.28 $5,600.00 0.50 $10,000.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 028 0.22 $5,126.00 0.28 $8,524.00 0.50 $11,650.00 003. HMA CL.1/2 IN.PG 64-22 Ton 3,488.00 565.00 38.00 29.29 343.59 899.01 768.20 $49,933.00 1109.89 $72,142.85 1878.09 $122,075.85 4"DEEP IN TWO 2"LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 1,511.00 6300.00 $6,678.00 151100 51,601.66 7811.00 $8,279.66 BY COLD PLANING-2"DEEP 005 li REMOVE ROAD BASE-4"DEEP SO.YD. 15,297.00 $3.12 93.00 1,511.00 8300.00 $19,656.00 1604.00 $5,004.48 7904.00 524,660.48 U1.... ADJUST MONUMENT Each 13.00 $200.00 3.00 0.00 $0.00 3.00 $600.00 3.00 $600.00 007. ADJUST MANHOLE Each 6.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 000 $0.00 0.00 $0.00 TYPE 2,BLUE 011. 18"PLASTIC STOPBAR LIN.FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. ' CURB RAMP,CEMENT CONCRETE Each 9.00 $800.00 9.00 $7200.00 0.00 $0.00 9.00 57,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 2.00 $1600.00 000 $0.00 2.00 51,600.00 TYPE 4A 014. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 EXISTING CURB RAMPS 0.00 $0.00 0.00 $0.00 0.00 $0.00 ) SAWCUT CONCRETE LIN.FT. 130.00 $2.00 134.00 $288.00 0.00 $0.00 134.00 $268.00 016. SAWCUT ASPHALT UN.FT. 368.00 $1.00 29800 $298.00 0.00 $0.00 298.00 $29800 017. CRUSHED SURFACING TOP COURSE Ton 1,200.00 $11.80 133.80 649.10 $7,529.56 133.80 $1,552.08 782.90 $9,081.64 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302.00 $2.60 291.00 $758.80 0.00 $0.00 291.00 $756.80 i 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 02,436.69 0.00 $0.00 156.70 02,43669 020. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 6900 $15.55 21.30 $33122 0.00 50.00 21.30 $331.22 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 36.50 45.50 $1,319.50 36.50 $1,058.50 82.00 52,378.00 022. CEMENT CONCRETE SIDEWALK SO.YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,450.00 100023000 S awe M,a. EST 13 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Closing Date: 09/25/2009 Contractor. Western Asphalt,Inc. Item Description Unit Est. Unit I 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 024. TOPSOIL TYPE A Ton 3.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD. 23.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. RELOCATE SIGN Each 2.00 $200.00 0.00 $0.00 0.00' $0.00 0.00 $0.00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.28 0.22 $110.00 028 $14000 0.50 $250.00 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.28 0.22 $92.40 0.28 $117.60 0.50 $210.00 Total Schedule C 594.341.17 $203,526.14 Total all Schedulea(AaB4C) $341,982.55 $1,081,269.91 SIGNATURES: Contractor 2 p• 1111////'""'""'' /O7( 6 ' . ) - - 'e Date: F Project Manager. / V')it.tI/�/K/ Date: 10-, Z"" C.)1 j tisi Approved By: 460 �/ y / r 14.-- $$ L yam` (Transportation Design Engineer) Date: /D�.(/� ir Approved By: /i^ Date: (Transportation Design Supervisor) • ) 10/02/2000 EST 32 Nose 'I►' Department of Labor and Industries .,,f,TAD4.6 STATEMENT OF INTENT TO Prevailing Wage 's.••• � (360)902-5335 o_., "''w PAY PREVAILING WAGES www.lni.wa.gov/TradesLieensing/PrevWage ` ei, •,, 1884�y05 Public Works Contract $40.00 Fir t F•• Required Intent IU#(Assigned by L&I) t , ' - • This form must be typed or printed in ink. Project-yyName Contract Number q • Fill in all blanks or form will be returned for connection(see back). o`Y Q9�Q OV6� CA-e , -�—o !a • Please allow a minimum of 10 working days for processing. Contr sct Awarding Agency(public agency- t federal or private) • Once approved,your form will be posted online at the website above. �1 f .E'41111 , Awarding enc Address i Contractor,company or agency name,address,city,state&ZIP+4 1665 Se 61e� !J (,j Cite t ��State 73655 � � w L�4� Awarding Agency Project Contact Person Phone Number Po' q sb County where work will be performed City where work will be performed r x ' Rer� �. l� M y 164 ) " - . 9,gt✓3 g Bid d e date (rnm/d y) Date contract awarded (mm/dd/yy) el- - q 7 -7- ?..1)o(4 Prime� Contractor(has contract with the public agency)) Prime's Phone Number Will all work be subcontracted? Do you intend to use subcontractors? UJE ck ,106,- 24- 94/13"3 ❑ Yes 0 No ❑ Yes No Prime's Contractor Registration umber Prime's UBI Number Responding"Yes"to either of the questions above will then require you to list ivE + A �q q e 1 q T0 .� -56 t-/ the subcontractor,their) UBI endu B of the ffi avi Registration#Wages ty are (/�j �7 r pH tj required to have one)on Addendum B of the Affidavit of Paid form. Number of Owner/Operators that own at least 30%of the company who will perform Expected job start date(mm/dd/yy) Do you intend to use apprentice work on the project: o employees? Will employees perform work on this project? )(Yes ❑No If"Yes",please list , ^ ❑ Yes No worker's craft/trade/occupation below.(If you choose"No"and this changes later,you - 1-7 tJ certify,that you wilt submit a new form listing workers.) Craft/trade/occupation.(Do NOT list apprentices.)When using employees in Estimated number Rate of Rate of hourly more than one craft,each craft transition must be accurately recorded on the time sheet. of workers hourly pay fringe benefits 01., i� - .v -:-/-0111P-AN1 vd J 51" its' r f� PbA � s -hie-��,ta pe r 2- 6g, -7-14- c: G, 0,s- Company Name Indicate total dollar amount of your contract t `" � r (including Sales Tax) or time and materials, if $ f/�, 24n OO " applicable. /' vi D T r Addretiv �` ssyy I herebycertifythat the information,including anyaddendums,is correct and- �a CJ o��-` ��/C�-� that all workeI employ on this Public Works Project will be paid no less than City ` ,1 State a- the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the ��CsT�I Je W�. O 42.. �G- Department of Labor and Industries- Contractor Registration N mber U I Number T 4 lure (zir�� op �f Cor 3I OS , - Industrial Insurance Account Number Email Address • Phon Number k 'g , `v fb7X fJ Q i€ " O A 3a1 3,,, ,S Check Number: i $40 or • i,n, axs,'-ti , 5, ,,,id* g, . .-.% ,y . c,Y o- f "'i , Issued By: � � . ; nre' .' , PAYMENT_t .NED APPROVED: Department of Labor and Industries • I'iiltr.3i`'IP S ..-A t7 '�D A l ,?-` G 072009 By Industrial Statistician -t t �p���f� ((�� F700-029-000 statement of intent to pay prevailing wages 05-08 DO NOT SF;I k AS�R>?g1 Fd-APPROVAL BY L&I (White&canary copies must be submitted-canary will be retained by L&I 3fter approval.) err+' Name TO: FINANCE DIRECTOR FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAG 09-092 ESTIMATE NO. 2 PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $371,488.61 2. SALES TAX @ 9.00% $0.00 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $371,488.61 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $367,797.74 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $371,488.61 6. SUBTOTAL-CONTRACTOR PAYMENTS $739,286.35 10. SALES TAX PREVIOUSLY PAID $0.00 11. SALES TAX DUE THIS ESTIMATE $0.00 12. SUBTOTAL-SALES TAX $0.00 * (95%xLINE1) ** (RETAINAGE:5%) GRAND TOTAL: $739,286.35 V FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT T12108.f009.0018.0002 $129,286.35 #2 Transportation-Arterial Rehabilitation ACCOUNT Tl 2186.f009.0018.0002 $242,202.26 #2 $371,488.61 4/4a} TOTAL THIS ESTIMATE: $371,488.61 CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGNED: *The Contractor(Western Asphalt,Inc.)has a retainage bond on file with the City SIGNATURES: Contractor: 2 .-t i�� Date: 9 3• 0 C Project Manager: y 2 , LL Date: �j e Approved By: Date: / -3-0 r ( ansportation Design Specialist) Approved By: Date:WV O'1 (Transportation Design Supervisor) Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/10 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity PriceQuantity Amount Quantity Amount Quantity Amount SCHEDULE"A" 001. MOBILIZATION Lump Sum 1.00 $2,400.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 003. HMA CL.1/2 IN.PG 64-22 Overlay Ton 549.00 $65.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 2,345.00 $2.20 0.00 $0.00 0.00 $0.00 0.00 $0.00 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 ADJUST MANHOLE Each 5.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 007. ADJUST WATER VALVE Each 8.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST CATCH BASIN Each 3.00 $300.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 134.00 $1.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 011. 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 3.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 013. PLASTIC CROSSWALK LIN.FT. 460.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 11, 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 015. INDUCTION LOOPS Each 3.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 016. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 $2.60 0.00 $0.00 0.00 $0.00 0.00 $0.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 0.00 $0.00 0.00 $0.00 0.00 $0.00 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 $15.55 0.00 $0.00 0.00 $0.00 0.00 $0.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/10 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 $0.00 $0.00 9.5%Sales Tax $0.00 $0.00 Total Schedule A $0.00 $0.00 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/10 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"B" 001. MOBILIZATION Lump Sum 1.00 $38,400.00 0.40 $15,360.00 0.20 $7,680.00 0.60 $23,040.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 0.40 $21,040.00 0.20 $10,520.00 0.60 $31,560.00 003. HMA CL.1/2"PG 64-22 OVERLAY Ton 7,498.00 $65.00 382.23 905.04 341.18 665.73 511.49 2187.76 $142,204.40 2805.67 $182,368.55 4993.43 $324,572.95 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 3775.00 2080.00 1446.00 4513.00 831.85 $1,830.07 11814.00 $25,990.80 12645.85 $27,820.87 BY COLD PLANING 005. REMOVE ACP FROM TOP OF GUTTER LIN.FT. 200.00 $1.50 200.00 16.00 $24.00 200.00 $300.00 216.00 $324.00 ADJUST MONUMENT Each 4.00 $200.00 1.00 1.00 $200.00 1.00 $200.00 2.00 $400.00 007. ADJUST MANHOLE Each 44.00 $340.00 6.00 2.00 0.00 $0.00 8.00 $2,720.00 8.00 $2,720.00 008. ADJUST WATER VALVE Each 44.00 150.00 4.00 7.00 4.00 4.00 $600.00 15.00 $2,250.00 19.00 $2,850.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 1.00 $340.00 0.00 $0.00 1.00 $340.00 010. ADJUST GAS VALVE Each 3.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 011. 4"RAISED PAVEMENT MARKER Each 4,126.00 $1.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 470.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 013. 4"RAISED PAVEMENT MARKER Each 897.00 $1.70 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,WHITE 014. 4"RAISED PAVEMENT MARKER Each 175.00 $4.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2e,WHITE 4"RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 016. PLASTIC CROSSWALK LIN.FT. 1,870.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 017. 18"PLASTIC STOPBAR LIN.FT. 211.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 018. PLASTIC ARROW Each 10.00 $35.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. INDUCTION LOOPS Each 18.00 $580.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,584.00 $0.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 021. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 105.1 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 5.00 8.00 1.00 1.00 7.00 0.00 $0.00 22.00 $17,600.00 22.00 $17,600.00 TYPE 106.1 023. CURB RAMP,CEMENT CONCRETE Each 7.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 107.1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit I 8/10 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity Price _ Quantity Amount Quantity_ Amount Quantity Amount 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 1.00 0.00 $0.00 1.00 $800.00 1.00 $800.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE LIN.FT. 303.00 $2.00 52.00 15.00 83.50 $167.00 67.00 $134.00 150.50 $301.00 027. SAWCUT ASPHALT LIN.FT. 962.00 $1.00 614.00 76.50 822.25 $822.25 690.50 $690.50 1512.75 $1,512.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 15.11 30.13 15.88 7.20 0.00 $0.00 68.32 $1,776.32 68.32 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 $2.60 197.00 128.00 175.00 101.00 5.00 65.90 $171.34 606.00 $1,575.60 671.90 $1,746.94 . REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 $15.55 104.00 89.60 127.00 95.00 34.00 63.70 $990.54 449.60 $6,991.28 513.30 $7,981.82 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 $15.55 44.00 33.60 39.00 53.00 11.00 43.50 $676.43 180.60 $2,808.33 224.10 $3,484.76 032. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 148.00 $22.00 17.00 66.50 67.50 61.50 5.00 $110.00 212.50 $4,675.00 217.50 $4,785.00 033. CEMENT CONCRETE SIDEWALK SQ.YD. 145.00 $29.00 11.00 2.20 17.00 9.00 76.94 0.00 $0.00 116.14 $3,368.06 116.14 $3,368.06 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 11.52 15.13 15.40 6.80 $700.40 42.05 $4,331.15 48.85 $5,031.55 035. TOPSOIL TYPE A Ton 20.25 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 036. INSTALL SOD SQ.YD. 83.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 037. RELOCATE SIGN Each 5.00 $200.00 2.00 1.00 2.00 1.00 $200.00 5.00 $1,000.00 6.00 $1,200.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 4.00 2.00 1.00 0.00 $0.00 7.00 $70.00 7.00 $70.00 INSTALL BEAUTY BARK CU.YD. 2.50 $217.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 040. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.20 $100.00 0.40 $200.00 0.60 $300.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.40 $168.00 0.20 $84.00 0.60 $252.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 $97,063.20 0.00 $0.00 1060.80 $97,063.20 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 186.26 $17,042.79 0.00 $0.00 186.26 $17,042.79 ' 044. PAV EXC INCLUDING HAUL 5" SQ.YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 $2.44 1436.32 $3,504.62 0.00 $0.00 4;4)6.32 $3,504.62 Total Schedule B $278,133.59 $630,101.39 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8110 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"C" 001. MOBILIZATION Lump Sum 1.00 $20,000.00 0.00 $0.00 0.22 $4,400.00 0.22 $4,400.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 0.00 $0.00 0.22 $5,126.00 0.22 $5,126.00 003. HMA CL.1/2 IN.PG 64-22 Ton 3,488.00 $65.00 768.20 0.00 $0.00 768.20 $49,933.00 768.20 $49,933.00 4"DEEP IN TWO 2"LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 2,484.00 3,700.00 116.00 0.00 $0.00 6300.00 $6,678.00 6300.00 $6,678.00 BY COLD PLANING--2"DEEP 005. REMOVE ROAD BASE--4"DEEP SQ.YD. 15,297.00 $3.12 2,484.00 3,816.00 0.00 $0.00 6300.00 $19,656.00 6300.00 $19,656.00 ). ADJUST MONUMENT Each 13.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 007. ADJUST MANHOLE Each 6.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 011. 18"PLASTIC STOPBAR LIN.FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. CURB RAMP,CEMENT CONCRETE Each 9.00 $800.00 9.00 $7,200.00 0.00 $0.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 1 600.00 0.00 $0.00 2.00 1 600.00 ac 2.00 $800.00 $ $ , TYPE 4A ) RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 EXISTING CURB RAMPS 015. SAWCUT CONCRETE LIN.FT. 130.00 $2.00 134.00 $268.00 0.00 $0.00 134.00 $268.00 016. SAWCUT ASPHALT LIN.FT. 368.00 $1.00 298.00 $298.00 0.00 $0.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE Ton 1,200.00 $11.60 157.00 123.65 247.35 57.70 48.75 14.65 $169.94 634.45 $7,359.62 649.10 $7,529.56 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302.00 $2.60 291.00 $756.60 0.00 $0.00 291.00 $756.60 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 $2,436.69 0.00 $0.00 156.70 $2,436.69 020. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 69.00 $15.55 21.30 $331.22 0.00 $0.00 21.30 $331.22 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 45.50 $1,319.50 0.00 $0.00 45.50 $1,319.50 022. CEMENT CONCRETE SIDEWALK SQ.YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,450.00 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/10 8/11 8/12 8/13 8/14 8/17 8/18 8/19 8/20 8/21 8/22 8/25 8/26 8/27 8/28 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity___ Amount Quantity Amount 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 t 024. TOPSOIL TYPE A Ton 3.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD. 23.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. RELOCATE SIGN Each 2.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.00 $0.00 0.22 $110.00 0.22 $110.00 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.00 $0.00 0.22 $92.40 , 0.22 $92.40 Total Schedule C $93,355.02/ $109,184.97 I Total all Schedules(A+B+C) $371,488.61 7�/� $739,288.36 SIGNATURES: 3 Contractor: p A Date: ` -0 Project Manager: / Date: "3 --0; Approved By: i • ; / Date: (Transportation Design Specialist) � Approved By: / Dale: Qf (Transportation Design supervisor) TO: FINANCE DIRECT47t .yam FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. • CONTRACT NO. CAG 09-092 ESTIMATE NO. I PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS I. CONTRACTOR EARNINGS THIS ESTIMATE $367,797.74 2. SALES TAX a 9.00% $0.00 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $367,797.74 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $0.00 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $367,797.74 6. SUBTOTAL-CONTRACTOR PAYMENTS $367,797.74 10. SALES TAX PREVIOUSLY PAID $0.00 11. SALES TAX DUE THIS ESTIMATE $0.00 12. SUBTOTAL-SALES TAX $0.00 * (95%xLINEI) ** (RETAINAGE:5%) GRAND TOTAL: $367,797.74 FINANCE DEPARTMENT ACTION: 'J PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT TI2108.f009.0018.0002 $300,000.00 #1 Transportation-Arterial Rehabilitation ACCOUNT T12186.f1309.0018.0002 $67,797.74 #1 $367,797.74 TOTAL THIS ESTIMATE: $367,797.74 CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM SIGNED: The Contractor(Western Asphalt,Inc.)has a retainage bond on file with the City SIGNATURES: Contractor: / Date: e I Project Manager: ‘1):11-.7 Date:O (/— U Approved By: z Date:e -11 / ,G/�/i�j (Transportation Design Specialist) / Approved By: f�(/ Date: ``1 (Transportation DesignSupervisor) Project: 2009 STREET OVERLAY WITH CURB RAMPS Contact Number: CAG 09-092 Closing Date: 09252009 Contractor: Western Asphalt Inc. Item Description Unit Est. Ural 8/31 9/1 9/2 _9/3 9/8 9/10 9/11 9/14 9/15 9/16 917 9/18 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quante/ Amount SCHEDULE"A" 001. MOBIUZATION Lump Sum 1.00 $2,400.00 0.40 0.00 $0.00 0.40 $960.00 0.40 0960.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.40 0.00 $0.00 0.40 $2,840.00 0.40 $2,840.00 003. HMA CL.1/2 IN.PG 64-22 Overlay Ton 549.00 $65.00 177.00 0.00 $0.00 177.00 $11,505.00 177.00 $11,505.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 2,345.00 $2.20 799.00 0.00 $0.00 799.00 $1,757.80 799.00 $1,757.80 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 ) ADJUST MANHOLE Each 5.00 $340.00 1.00 7.00 0.00 $0.00 2.00 $680.00 2.00 $680.00 007. ADJUST WATER VALVE Each 8.00 $150.00 10.00 0.00 $0.00 10.00 $1,500.00 10.00 $1,500.00 008. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 000 $0.00 000. ADJUST CATCH BASIN Each 3.00 $300.00 1.00 0.00 $0.00 1.00 $300.00 1.00 $300.00 010. 4"RAISED PAVEMENT MARKER Each 134.00 $1.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 011. 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 0.00 50.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 3.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 013. PLASTIC CROSSWALK LIN.FT. 460.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 014. 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 015. INDUCTION LOOPS Each 3.00 $800.00 3.00 0.00 $0.00 3.00 $2,400.00 3.00 $2,400.00 CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 0.00 $0.00 1.00 $800.00 1.00 $800.00 TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 57.00 0.00 $0.00 57.00 $114.00 57,00 $114.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 104.00 0.00 $0.00 104.00 $104.00 104.00 $104.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 $2.60 2500 0.00 $0.00 25.00 $65.00 25.00 $65.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 14.00 0.00 $0.00 14.00 $217.70 14.00 $217.70 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 $15.55 2.00 0.00 $0.00 2.00 $31.10 2.00 $31.10 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.65 0.00 $0.00 0.65 $68.95 0.65 $66.95 10/20/21,2092009 a.*1 EST}2 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 0925/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9114 9/15 9/16 9/17 9/1B 9/21 9/22 9/23 9/25 Previous Previous This it Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 90.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 $0.00 0.00 50.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 0500.00 0.40 0.00 $0.00 0.40 $200.00 0.40 $200.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.00 $0.00 0.00 $0.00 0.00 $0,00 $23,541.66 623,541.56 9.5%Sales Tax $2,238.45 $2,236.46 Total Schedule A $25,77800 $25,778.00 ) ) NOB wl..* 10t20/tore2 EST 34 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. ttern Description Unit Est. Unit 8/31 9/1 9/2 9/3 9/8 9/10 9/11 9114 9/15 9/16 9/17 9/18 921 9/22 923 9/25 Previous Previous This This Total Total No. Ouan8ly Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"B" 001. MOBILIZATION Lump Sum 1.00 $38,400.00 0.30 0.80 $23,040.00 0.30 $11,520.00 0.90 $34,560.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 0.30 0.60 $31,560.00 0.30 $15,780.00 0.90 $47,340.00 003. HMA CL.1/2"PG 64-22 OVERLAY Ton 7,498.00 $65.00 1249.85 514.13 227.08 40.00 9920 4993.43 $324,572.95 2130.26 $138,466.90 7123.69 $463,039.85 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 272.00 232.00 321.10 12645.85 $27,820.87 825.10 $1,81522 13470.95 $29,636.09 BY COLD PLANING REMOVE ACP FROM TOP OF GUTTER LIN.FT. 200.00 $1.50 216.00 $324.00 0.00 $0.00 216.00 $324.00 006. ADJUST MONUMENT Each 4.00 $200.00 1.00 1.00 1.00 2.00 $400.00 3.00 $600.00 5.00 $1,000.00 007. ADJUST MANHOLE Each 44.00 $340.00 3.00 8,00 5.00 6.00 8.00 $2,720.00 22.00 $7,480.00 30.00 $10,200.00 008. ADJUST WATER VALVE Each 44.00 150.00 6.00 4.00 8.00 1.00 2.00 3.00 19.00 $2,850.00 24.00 $3,600.00 43.00 $6,450.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 1.00 1.00 1.00 1.00 1.00 $340.00 4.00 $1,360.00 5.00 $1,700.00 010. ADJUST GAS VALVE Each 3.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 011. 4"RAISED PAVEMENT MARKER Each 4,126.00 $1.77 1073.00 1166.00 1296.00 468.00 407.00 0.00 $0.00 4410.00 $7,805.70 4410.00 $7,805.70 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 470.00 $4.17 158.00 150.00 154.00 91.00 38.00 0.00 $0.00 591.00 $2,484.47 591.00 $2,484.47 TYPE 2d,YELLOW 013. 4"RAISED PAVEMENT MARKER Each 897.00 $1.70 479.00 41.00 583.00 131.00 317.00 0.00 $0.00 1551.00 $2,636.70 1551,00 $2,636.70 TYPE 1,WHITE 014. 4"RAISED PAVEMENT MARKER Each 175.00 $4.00 112.00 8.00 94.00 29.00 54.00 0.00 $0.00 297.00 $1,188.00 297.00 51,188.00 TYPE 2e,WHITE 015. 4"RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 30.00 TYPE 2,BLUE ,,.. PLASTIC CROSSWALK LIN.FT. 1,870.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 017. 18"PLASTIC STOPBAR UN.FT. 211.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 50.00 018. PLASTIC ARROW Each 10.00 $35.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. INDUCTION LOOPS Each 18.00 3580.00 8.00 8.00 4.00 0.00 $0.00 18.00 $10,440.00 18.00 $10,440.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,584.00 $0.17 5400.00 0.00 $0.00 5400.00 $918.00 5400.00 $918.00 021. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 0.00 $0.00 1.00 $800.00 1.00 $800.00 TYPE 105.1 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 1.00 4.00 22.00 $17,600.00 5.00 $4,000.00 27.00 $21,600.00 TYPE 106.1 023. CURB RAMP,CEMENT CONCRETE Each 7.00 $800.00 5.00 0.00 30.00 5.00 $4,000.00 5.00 $4,000.00 TYPE 107.1 2009 ant 1Q/2eaCW 3 EST 12 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 8/31 9/1 9/2 9/3 918 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 000 $0.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE UN.FT. 303.00 $2.00 107.00 150.00 $301.00 107.00 $214.00 257.00 $515.00 027. SAWCUT ASPHALT LIN.FT. 962.00 $1.00 188.00 1512.75 $1,512.75 188.00 $188.00 1700.75 $1,700.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 68.32 $1,776.32 0.00 $0.00 6832 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 $2.60 89.06 671.90 $1,746.94 89.00 $231.40 760.90 $1,978.34 REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 $15.55 6020 4.00 513.30 $7,981.82 64.20 $99831 577.50 $8880.13 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 $15.55 1830 224.10 $3,484.76 18.50 $287.68 242.60 $3,772.44 032. CEMENT CONC.TRAFFIC CURB AND GUTTER UN.FT. 148.00 $22.00 29.00 217.50 $4,785.00 29,00 $638.00 246.50 $5,423.00 033. CEMENT CONCRETE SIDEWALK SQ.YD. 145.00 $29.00 57.00 4460 15.00 116.14 $3,368.06 116.60 $3,381.40 232.74 $6,749.46 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 3.94 48.85 $5,031.55 3.94 $405.82 52.79 $5,437.37 035. TOPSOIL TYPE A Ton 2025 $66.50 7.00 0.00 $0.00 7.00 $465.50 7.00 $485.50 036. INSTALL SOD SQ.YD. 83.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 037. RELOCATE SIGN Each 5.00 $200.00 6.00 $1,200.00 0.00 50.00 6.00 $1,200.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 2.00 7.00 $70.00 2.00 $20.00 9.00 $90.00 039. INSTALL BEAUTY BARK CU.YD. 2.50 $217.00 000 $0.00 0.00 $0.00 0.00 $0.00 ) EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.30 0.60 $300.00 0.30 $150.00 0.90 $450.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.30 0.60 $252.00 0.30 $126.00 0.90 $378.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 597,06320 0.00 $0.00 1060.80 $97,063.20 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 18826 $17,042.79 0.00 $0.00 186.26 $17,042.79 544. PAV EXC INCLUDING HAUL 5" SQ.YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3899.83 $48,862.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 $2.44 1436.32 $3,504.62 0.00 $0.00 1436.32 $3,504.82 Total Schedule 8 $221,981.10 $852,082.49 lima= 2oae<4.ak EST3.2 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number CAG 09-092 Closing Date: 09/25/2009 Contractor Western Asphalt,Inc. Item Description Unit Est. Unit 8/31 9/1 92 9/3 9/8 9/10 9/11 9/14 9/15 9/16 9/17 9/18 9121 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"C" 001. MOBILIZATION Lump Sum 1.00 $20,000.00 028 0.22 $4,400.00 0.28 $5,600.00 0.50 $10,000.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 0.28 0.22 $5,126.00 0.28 $6,524.00 0.50 $11,650.00 003. HMA CL.1/2 IN.PG 64-22 Ton 3,488.00 $65.00 38.00 2929 343.59 699.01 768.20 549,933.00 1109.89 $72,142.85 1878.09 $122,075.85 4"DEEP IN TWO 7'LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 1,511.00 6300.00 $6,678.00 1511.00 $1,601.66 7811.00 $8,279.66 BY COLD PLANING--2"DEEP REMOVE ROAD BASE-4"DEEP SQ.YD. 15,297.00 $3.12 93.00 1,511.00 6300.00 $19,656.00 1804.00 $5,004.48 7904,00 $24,860.48 006. ADJUST MONUMENT Each 13.00 $200.00 3.00 0.00 $0.00 3.00 $600.00 3.00 $600.00 007. ADJUST MANHOLE Each 6.00 $34000 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 9340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 011. VP PLASTIC STOPBAR LIN.FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. CURB RAMP,CEMENT CONCRETE Each 9.00 $600.00 9.00 $7,200.00 0.00 $0.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 2.00 $1,800.00 0.00 $0.00 2.00 $1,600.00 TYPE 4A 014. RETROFIT TRUNCATED DOMES ON SO.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 JEXISTING CURB RAMPS uio. SAWCUT CONCRETE LIN.FT. 130.00 $2.00 134.00 $268.00 0.00 $0.00 134.00 $288.00 016. SAWCUT ASPHALT LIN.FT. 368.00 $1.00 298.00 $298.00 0.00 $0.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE Tort 1,200.00 $11.60 133.80 649.10 $7,529.56 133.80 $1,552.08 782.90 $9,081.64 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302.00 $2.60 291.00 $756.60 0.00 $0.00 291.00 $756.60 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SO.YD. 157.50 $15.55 156.70 $2,436.69 0.00 $0.00 156.70 $2,43689 020. REMOVE ASPHALT AT CURB AND GUTTER SO.YD. 69.00 $15.55 21.30 $331.22 0.00 $0.00 21,30 $331.22 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 36.50 45.50 $1,319.50 38.50 $1,058.50 82.00 $2,378.00 022. CEMENT CONCRETE SIDEWALK SO.YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,460.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 90.00 10/20,2009zaoswr.,a. 5 EST 31 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 7/27 7/28 7/29 7/30 7/31 8/3 8/4 8/5 8/7 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantit Amount SCHEDULE"A" 001. MOBILIZATION Lump Sum 1.00 $2,400.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 003. HMA CL.1/2 IN.PG 64-22 Overlay Ton 549.00 $65.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 2,345.00 $2.20 0.00 $0.00 0.00 $0.00 0.00 $0.00 BY COLD PLANING 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 006. ADJUST MANHOLE Each 5.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 007. ADJUST WATER VALVE Each 8.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST CATCH BASIN Each 3.00 $300.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 134.00 $1.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 011. 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 3.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 013. PLASTIC CROSSWALK LIN.FT. 460.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 014. 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 015. INDUCTION LOOPS Each 3.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 016. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 $2.60 0.00 $0.00 0.00 $0.00 0.00 $0.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 $15.55 0.00 $0.00 0.00 $0.00 0.00 $0.00 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 $15.55 0.00 $0.00 0.00 $0.00 0.00 $0.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 3.00 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 024. TOPSOIL TYPE A Ton 1.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 027. FINISH AND CLEANUP Lump Sum 1.00 $420.00 _ _ 0.00 $0.00 0.00 $0.00 0.00 $0.00 (...u.8.44) $0.00 $0.00 ye s%Q 9A%Sales Tax $0.00 $0.00 Total Schedule A $0.00 $0.00 • 2009 est Os O I/2009 1 ESTt.2 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 08/07/2009 Contractor: Western Asphalt,Inc. Item Description Unit "st. Unit7/27 7/28 7/29 7/30 7/31 8/3 8/4 8/5 8/7 Previous Previous This This Total Total No. Qu8 t Price l Quantity Amount Quantile i., Amount Quantity Amount SCHEDULE"B" 001. MOBILIZATION Lump Sum 1.00 $38,400.00 0.40 0.00 $0.00 0.40 $15,360.00 0.40 $15,360.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 0.40 0.00 $0.00 0.40 $21,040.00 0.40 $21,040.00 003. HMA CL.1/2'PG 64-22 OVERLAY Ton 7,498.00 $65.00 1306.35 480.64 400.77 0.00 $0.00 2197.76 $142,204.40 2187.76 $142,204.40 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 320.00 329.35 182.50 0.00 $0.00 831.85 $1,830.07 831.85 $1,830.07 BY COLD PLANING 005. REMOVE ACP FROM TOP OF GUTTER LIN.FT. 200.00 $1.50 16.00 0.00 $0.00 16.00 $24.00 16.00 $24.00 006. ADJUST MONUMENT Each 4.00 $200.00 1.00 0.00 $0.00 1.00 $200.00 1.00 $200.00 007. ADJUST MANHOLE Each 44.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 i 008. ADJUST WATER VALVE Each 44.00 150.00 4.00 0.00 $0.00 4.00 $600.00 4.00 $600.00 009. ADJUST CATCH BASIN Each 8.00 $340.00 1.00 0.00 $0.00 1.00 $340.00 1.00 $340.00 010. ADJUST GAS VALVE Each 3.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 011. 4"RAISED PAVEMENT MARKER Each 4,126.00 $1'.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each 470.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2d,YELLOW 013. 4'RAISED PAVEMENT MARKER Each 897.00 $1.70 ' 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 1,WHITE 014, 4"RAISED PAVEMENT MARKER Each 175.00 $4.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2e,WHITE 015. 4"RAISED PAVEMENT MARKER Each 28.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 016. PLASTIC CROSSWALK LIN.FT. 1,870.00 $2.37 0.00 $0.00 0.00 $0.00 0.00 $0.00 017. 18"PLASTIC STOPBAR LIN.FT. 211.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 018. PLASTIC ARROW Each 10.00 $35.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 019. INDUCTION LOOPS Each 18.00 $580.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,584.00 $0.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 021. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 105.1 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 106.1 023. CURB RAMP,CEMENT CONCRETE Each 7.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 107.1 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 4A 025. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 EXISTING CURB RAMPS 026. SAWCUT CONCRETE LIN.FT. 303.00 $2.00 21.00 62.50 0.00 $0.00 83.50 $167.00 83.50 $167.00 027. SAWCUT ASPHALT LIN.FT. 962.00 $1.00 198.00 624.25 0.00 $0.00 822.25 $822.25 822.25 $822.25 028. CRUSHED SURFACING TOP COURSE Ton 40.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 $2.60 13.90 52.00 0.00 $0.00 65.90 $171.34 65.90 $171.34 030. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 $15.55 34.50 29.20 0.00 $0.00 63.70 $990.54 63.70 $990.54 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 $15.55 31.50 12.00 0.00 $0.00 43.50 $676.43 43.50 $676.43 032. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 148.00 $22.00 5.00 0.00 $0.00 5.00 $110.00 5.00 $110.00 033. CEMENT CONCRETE SIDEWALK SO.YD. 145.00 $29.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 034. INSTALL ASPHALT AT CURB AND GUTTER Ton 53.00 $103.00 2.30 4.50 0.00 $0.00 6.80 $700.40 6.80 $700.40 035. TOPSOIL TYPE A Ton 20.25 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 036. INSTALL SOD SQ.YD. 83.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 037. RELOCATE SIGN Each 5.00 $200.00 1.00 0.00 $0.00 1.00 $200.00 1.00 $200.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 039. INSTALL BEAUTY BARK CU.YD. 2.50 $217.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 040. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.20 0.00 $0.00 0.20 $100.00 0.20 $100.00 041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.40 0.00 $0.00 0.40 $168.00 0.40 $168.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 60.35 225.07 246.55 266.17 262.66 0.00 $0.00 1060.80 $97,063.20 1060.80 $97,063.20 043. HMA FOR WIDENING 2" Ton 214.00 $91.50 49.56 44.00 16.00 76.70 0.00 $0.00 186.26 $17,042.79 186.26 $17,042.79 044. PAV EXC INCLUDING HAUL 5" SQ.YD. 3,689.00 $13.15 188.10 792.00 865.00 933.40 921.33 0.00 $0.00 3699.83 $48,652.76 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SO.YD. 1,924.00 $2.44 436.44 194.00 133.00 672.88 0.00 $0.00 1438.32 $3,504.62 14.3.6.32 _ $3,004.62 i. Total Schedule B $351,967.80 $351,967.80 2009 est xis 08/1112000 2 cc,,, • *111.0 Project: 2000 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-02 Closing Date: 08/07/200.: Contractor: Western Asphalt,Inc. Item Description Unit - Est. Unit"" 7/27 7/28 7/29 7/30 7/31 8/3 8/4 8/5 8/7 Previous Previous This This Total Total No. ..Quantity Price Quantity Amount Quantity' Amount Quantity Amount SCHEDULE"C" 001. MOBILIZATION Lump Sum 1.00 $20,000.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 003. HMA CL.1/2 IN.PG 64-22 Ton 3,488.00 $65.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 4"DEEP IN TWO 2"LIFTS 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 0.00 $0.00 0.00 $0.00 0.00 $0.00 BY COLD PLANING--2"DEEP 005. REMOVE ROAD BASE--4'DEEP SQ.YD. 15,297.00 $3.12 0.00 $0.00 0.00 $0.00 0.00 $0.00 006. ADJUST MONUMENT Each 13.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 007. ADJUST MANHOLE Each 6.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 009. ADJUST GAS VALVE Each 2.00 $150.00 _ 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 TYPE 2,BLUE 011. 18"PLASTIC STOPBAR LIN.FT. 45.00 $4.17 0.00 $0.00 0.00 $0.00 0.00 $0.00 012. CURB RAMP,CEMENT CONCRETE Each 9.00 $800.00 9.00 0.00 $0.00 9.00 $7,200.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 2.00 0.00 $0.00 2.00 $1,600.00 2.00 $1,600.00 TYPE 4A 014. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 EXISTING CURB RAMPS 015. SAWCUT CONCRETE LIN.FT. 130.00 $2.00 134,00 0.00 $0.00 134.00 $268.00 134.00 $268.00 016. SAWCUT ASPHALT LIN.FT. 368.00 $1.00 298.00 0.00 $0.00 298.00 $298.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE' Ton 1,200.00 $11.60 14.65 0.00 $0.00 14.65 $169.94 14.65 $169.94 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302.00 $2.60 291.00 0.00 $0.00 291.00 $756.60 291.00 $756.60 019. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 0.00 $0.00 156.70 $2,436.69 156.70 $2,436.69 020. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 69.00 $15.55 21.30 0.00 $0.00 21.30 $331.22 21.30 $331.22 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 45.50 0.00 $0.00 45.50 $1,319.50 45.50 $1,319.50 022. CEMENT CONCRETE SIDEWALK SQ.YD. 38.40 $29.00 50.00 0.00 $0.00 50.00 $1,450.00 50.00 $1,450.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 024. TOPSOIL TYPE A Ton 3.00 $66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD. 23.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. RELOCATE SIGN Each 2.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.00 $0.00 0.00 $0.00 0.00 50.00 028, FINISH AND CLEANUP Lum•Sum 1.00 '420.001 0.00 '•0.00 0.00 '40.00 0.00 0.00 Total Schedule C $15,829.94 $15,829.94 Total all Schedules(A+B+C) $367,797.74 $367,797.74 SIGNATURES: 2/ � // Contractor: /I'Y�/``� Date: l.1/ I V o I 1 1//L�) el4 • Project Manager: _/�� �� Date:_ PPBy: � Date:8✓//._, G0 Approved ....M"Ii... ,!) i•n 5ped.1 0, Approved By: //r/-%, ,,Ap,igii iii I Date: ]f (I"' (TrensTor.•0 iesign Supervisor) (v/ 2009 est RIs 3 08/11/2009 rr*.. vise Statement of Intent to Pay Prevailing Wages Page 1 of 2 Department al Prevailing Wage Section Department of Labor& LABOR AND b s Statement of Intent to Pay Industries ii* usrRlLs Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Print fait-: New Search 07/14/2009 245430 �:, :` ; •:_ ..: COMPANY Company WESTERN ASPHALT INC Information: WESTEA*294QP 179 021 556 License History PO BOX 980 Search for Industrial MAPLE VALLEY,WA 980380980 Insurance Premium Statin(206)624-4433 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 County: KING Multiple Counties?No City: RENTON Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? Yes Apprentices? No $Amount: $1,166,719.45 Time and Materials No Number of Owners 0 Will your company have employees Yes perform work on this project? Filed by: crystal riser EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe Workers KING LABORERS ASPHALT RAKER $32.21 $9.13 6 https://fortress.wa.gov/Ini/pwiapub/IntentPrint.asp?ID=245430 7/17/2009 Statement of Intent to Pay Pevailing Wages Page 2 of 2 KING POWER EQUIPMENT GRADE ENGINEER $35.24 $15.15 5 OPERATORS KING POWER EQUIPMENT ROLLERS, PLANTMIX OR OPERATORS MULTILIFT MATERIALS $35.24 $15.15 4 KING POWER EQUIPMENT SCREED MAN $35.24 $15.15 2 OPERATORS KING TRUCK DRIVERS DUMP TRUCK&TRAILER $31.87 $14.60 7 https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=245430 7/17/2009 None • Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section ucpartmcnt4,r;. Department of Labor& Acx AND , �4 Statement of Intent to Pay Industries 441, Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Status: 07/30/2009 247652 Approved on 08/04/2009 COMPANY Company TRAFFIC CONTROL SERVICES Information: TRAFFCS013M6 601 477 384 License History 848,288-00 P 0 BOX 52665 Industrial Insurance BELLEVUE,WA 980152665 Premium Status (425)746-1060 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON,WA 98055 County: KING Multiple Counties?No City: RENOTN Project Name: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294Q P (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount: $50,000.00 Time and Materials No Number of Owners 0 Will your company have employees Yes perform work on this project? Filed by: Jere Martin EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING FLAGGERS JOURNEY LEVEL $32.41 $6.20 1 https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=247652 8/11/2009 Statement of Intent to Pay Prevailing Wages ..4400 Page 1 of 1 Prevailing Wage Section ec p a t un a to a llDepartment of Labor& �,a Statement of Intent to Pay Industries ti i��i �>zcs Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Status: 07/21/2009 246992 Approved on 07/28/2009 COMPANY Company BRYCE CONSTRUCTION Information: BRYCEC*919D3 602 832 078 License History 9909 50TH AVE E Search for Industrial TACOMA,WA 98446 Insurance Premium Status(253)538-9683 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: RENTON,CITY OF 1055 S GRADY WAY RENTON,WA 98055 County: KING Multiple Counties?No City: Renton Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount: $39,230.00 Time and Materials No Number of Owners 0 Will your company have employees Yes perform work on this project? Filed by: Tonya Middling EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING LABORERS JACKHAMMER $27.91 $10.92 3 https://fortress.wa.gov/Ini/pwiapub/IntentPrint.asp?ID=246992 8/11/2009 Statement of Intent to Pay Prevailing Wages 'toe Page 1 of 2 Prevailing Wage Section Department of Labor& L r e ,t. � rs Statement of Intent to Pay Industries C- '� '�� Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Status: 07/21/2009 246990 Approved on 07/28/2009 COMPANY Company J&G CONCRETE CORPORATION Information: JGCONGC922D7 602 817 010 License History 18909 76TH AVE CT E Search for Industrial PUYALLUP, WA 98373 Insurance Premium Status(253)737-7892 Payment Type: Electronic Company Electronic Signature: PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 County: KING Multiple Counties?No City: RENTON Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? Yes $Amount: $47,339.60 Time and Materials No Number of Owners 0 Will your company have employees Yes perform work on this project? Filed by: JORGE VEL1CA EMPLOYEES' WAGES Journey Level Trades/Occupations County 1 Trade I Occupation J Wage I Fringe I # I I https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=246990 8/11/2009 Statement of Intent to Pay PreTailing Wages Page 2 of 2 Workers KING LABORERS CEMENT FINISHER $38.12 $0.00 2 TENDER KING CEMENT MASONS JOURNEY LEVEL $46.81 $0.00 2 KING LABORERS CONCRETE FORM $38.12 $0.00 2 STRIPPER https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=246990 8/11/2009 Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section Dcparttecctne Department of Labor& , '; Statement of Intent to Pay Industries INDUSTRIES ' 4a Prevailing Wage PO Box 44540 Olympia,WA 98504-4540 (360)902-5335 Received: Intent ld: Status: 07/21/2009 246919 Approved on 07/27/2009 COMPANY Company NORTHWEST TRAFFIC INC Information: NORTHWT994PJ 602 140 049 License History 016,695-00 PO BOX 1915 Industrial Insurance MILTON,WA 98354 Premium Status (253)862-4102 Payment Type: Electronic Company Signature:Electronic PROJECT Public Agency: RENTON,CITY OF 1055 S GRADY WAY RENTON,WA 98055 County: KING Multiple Counties?No City: Renton Project Name: 2009 Street Overlay with Curb Ramps Contract Number: CAG-09-092 Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount: $20,000.00 Time and Materials No Number of Owners 0 Will your company have employees perform work on this project? Filed by: Louise Simpson EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe #Workers TRAFFIC CONTROL KING STRIPERS JOURNEY LEVEL $37.90 $0.00 1 KING TRAFFIC CONTROL JOURNEY LEVEL $36.32 $1.58 1 STRIPERS https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=246919 8/11/2009 oirr .. • Statement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section Dcpattrcnt of �.> Department of Labor& ,��: � �� s' r� , Statement of Intent to Pay Industries LOR14 . Prevailing Wage PO Box 44540 amass Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Status: 07/21/2009 246946 Approved on 07/28/2009 COMPANY Company JR'S EXCAVATING Information: JRSEXE*966J7 602 366 466 License History 9631 WOODS PL Search for Industrial SNOHOMISH, WA 98296 Insurance Premium Status(425)422-7386 Payment Type: Electronic Company Electronic Signature: • PROJECT Public Agency: RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 County: KING Multiple Counties?No City: Renton Project Name: 2009 Street Overlay with curb ramps Contract Number: Bid Due Date: 06/03/2009 Award Date: 07/07/2009 Prime Contractor: WESTERN ASPHALT INC WESTEA*294QP (206)624-4433 Does Your Company Intend To Hire Subcontractors To Perform All Work?No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount: $0.00 Time and Materials Yes Number of Owners 1 Will your company have employees No perform work on this project? Filed by: Jerry Bruers EMPLOYEES' WAGES Journey Level Trades/Occupations https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=24694-6 8/11/2009 RETAINAGE BOND rNoe Nue No. 6620696 KNOW ALL MEN BY THESE PRESENTS, that Western Asphalt, Inc. , as Principal authorized to do business in the State of Washington and First National Insurance Company of America as Surety, a corporation organized and existing under the laws of the State of Washington and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Renton as Obligee in the penal sum of Fifty-Eight Thousand Three Hundred Thirty-Five and 97/100 Dollars ($58,335.97), which is 5% of the Principal's bid. WHEREAS, on the 42.1/7i4 day of , 20o? , the said Principal, herein, executed a contract with the Obligee, for 9441-14 2009 Street Overlay with Curb Ramps, Contract No. CAG-09-092 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5%of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5%of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 13th day of • July - , 2.09. ry,7412..07BY/ WI LIAM PETE'SON, PRESIDENT Principal First National Insu.ance Company of America By: ??2-1 /7le � Surety Bonny meth,Attorney-in-Fact Kibble & Prentice, a USI Company, 601 Union Street, #1000, Seattle, WA 98101 Name and Address Local Office or Agent w:\word\bond\retain2.doc SOO *Of POWER First National Insurance Company of America SOeco1001 4th Avenue OF ATTORNEY suite 1700 Seattle,WA 98154 KNOW ALL BY THESE PRESENTS: No. 2364 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint ****************HEATHER ALLEN;MARY A.DOBBS;TERRI L.FRANKLIN;JEANNE M.HAGEL;PAMELA A.JARDINE; ROXANA PALACIOS;STEVEN W.PALMER;PATRICIA L.RUSSELL;BONNY SMITH;ANGELA D.TONNON;HOLLY E. ULFERs;Seattle,WA****************************************************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 26th day of January 2009 . Pux-tef Pi Mi Dexter R.Legg,Secretary Timothy A.Mikolajewski,Vice President CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this day of 0,26o/ avoict ( SEA L 0 Mi 1928 ,moi �fte apNAS �$"+ Dexter R.Legg,Secretary s S-1049/DF 1/09 ♦ 4 Safeco®and the Safeco logo are registered trademarks of Safeco Corporation, WEB PDF Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 09/25/2009 Contractor: Western Asphalt,Inc. Item Despiption Unit Est. Unit 8131 9/1 9/2 915 918 9110 9111 9/14 9/15 9116 9117 9118 9/21 9/22 9/23 9/25 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 024. TOPSOIL TYPE A Ton 3.00 $86.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SO.YD. 23.50 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 026. RELOCATE SIGN Each 2.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 50,00 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 0.28 022 $110.00 0.28 $140.00 0.50 $250.00 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 0.28 022 $92.40 0.28 $117.60 0.50 $210.00 Total Schedule C $94,341.17 $203,526.14 Total all8cheduNs(A+B+C) $342,100 $1,081,388.82 SIGNATURES: Contractor: Date: Project Manager: Date: Approved By: Date: (Transportation Design Engineer) Approved By: Date: (Transportation Design Supervisor) I 2039 Ma 10/702039 a EST 12 CoRRESP December 14,2009 • Renton City Council Minutes . Page 382 Appointment: Municipal Arts Mayor Law reappointed the following individuals to the Municipal Arts Commission Commission for three-year terms expiring 12/31/2012: Britt McKenzie (Peterson), Evelyn Reingold, and Wesley Van Doren. Council concur. CAG:09-171, 2009 Earlington City Clerk reported bid opening on 12/8/2009 for CAG-09-171, 2009 Earlington Sanitary Sewer Improvements, Water and Sanitary Sewer Improvements; 16 bids; engineer's estimate Laser Underground & $3,356,305.74; and submitted staff recommendation to award the contract to Earthworks the low bidder, Laser Underground & Earthworks Inc., in the amount of $2,162,511.12. Council concur. Executive: Office Assistant I Executive Department recommended hiring a part-time Office Assistant I to Hire, Print Shop assist with mail handling services. Council concur. Executive: DI950 Mail Executive Department recommended approval of a contract in the amount of Inserting System, Pitney $29,409 with Pitney Bowes to purchase a DI950 Mail Inserting System to Bowes replace the current equipment in the print shop. Council concur. Community Services:City Hall Community Services Department reported bid opening on 11/10/2009 for the Fifth &Sixth Floor Remodel, City Hall Fifth and Sixth Floor Remodel project;five bids; engineer's estimate Landon Construction Group $145,000; and submitted recommendation to award the contract to the low bidder, Landon Construction Group, in the amount of$132,537. Council concur. CAG:09-081, 2010 Basic Life Fire and Emergency Services Department recommended approval of Support Services, King County Amendment#1 to CAG-09-081,to accept$1,160,946 from King County for basic life support services for 2010. The City's share will be$860,223, King County Fire District#25$101,719, and King County Fire District#40,$199,004. Council concur. Police:Jail Health Services, Police Department recommended approval of a contract in the amount of Occupational Health Services $206,121 with Occupational Health Services(Public Hospital District No. 1 of King County) for health services for Renton jail inmates for 2010. Council concur. CAG:09-092,2009 Street Transportation Systems Division submitted CAG-09-092, 2009 Street Overlay Overlay With Curb Ramps, with Curb Ramps, and requested approval of the project,final pay estimate in Western Asphalt the amount of$27,934.39, and commencement of a 60-day lien period,with Western Asphalt, Inc.,contractor, if all required releases are obtained. Council concur. CAG:09-134, Phase I Surface Utility Systems Division recommended approval of Addendum#1 to CAG-09- Water Utility Storm System 134,with Marshall and Associates, in the amount of$119,518 to assist with Mapping, Marshall & additional scoped data collection and extend the contract through 12/31/2010. Associates Council concur. Utility: Hawk's Landing Storm Utility Systems Division recommended approval of a contract in the amount of &Water Improvements $115,775 with Gray and Osborne, Inc.for the design, permitting, and Design, Gray&Osborne preparation of plans and specifications for the Lake Washington Blvd. Hawk's Landing Storm and Water System Improvement project. Council concur. MOVED BY CORMAN,SECONDED BY PALMER, COUNCIL APPROVE THE CONSENT AGENDA AS PRESENTED. CARRIED. f ' • CITY OF RENTON COUNCIL AGENDA BILL AI#: /r/t Submitting Data: Public Works Department For Agenda of: Dept/Div/Board.. Transportation Systems Division December 14, 2009 Staff Contact Bill Wressell, Project Manager . Agenda Status Extension 7400 Consent X Subject: Public Hearing.. 2009 Street Overlay with Curb Ramps Correspondence.. With Western Asphalt, Inc. Ordinance CAG 09-092 Resolution Old Business Exhibits: New Business X Final Pay Estimate Study Sessions Notice of Completion Information Recommended Action: Approvals: Legal Dept Council Concur Finance Dept Other Fiscal Impact: 317.012108 Expenditure Required $ 27,974.39 Final Pay Estimate Transfer/Amendment.. 0 Amount Budgeted... Revenue Generated. 0 Street Overlay Program $ 1,435,000.00 Arterial Rehab Program $ 310,000.00 Water Capital Improvement Program $ 26,758.74 Total $ 1,771,758.74 City Share Total Project 100 Total Project Budget $ 1,771,758.74 SUMMARY OF ACTION: The project started on July 27, 2009, and was completed on December 3, 2009. The original contract amount was $1,166,719.45 and the final contract amount is$1,356,383.98. The increased cost of$189,664.53 was mainly due to two change orders (attached). Charge Order#1 ($166,390.41) includes the cost of patching Puget Drive prior to the overlay. This was added to the contract to allow Renton's street crew to provide other services. Change Order#2 ($22,414.50) involves overlaying a settling trench across Carr Road to protect the safety of the traveling public. Of the$1,356,383.98 final contract amount the following amounts will be paid by: 1) Street Overlay Program in the amount of$1,019,625.24; 2)Arterial Rehabilitation Program in the amount of $310,000; and, 3) Water Main Improvement Program in the amount of$26,758.74. The contractor, Western Asphalt, Inc. has a retainage bond on file with the City. STAFF RECOMMENDATION: Accept completion of the project and approve payment of the Final Pay Estimate in the amount of $27,974.39. C:\Documents and SettingsUSeth\Local Settings\Temporary Internet Files\Content.Outlook\SPSDK6FZ\2009 Street Overlay Final Pay Estimate(2).doc • • TO: FINANCE DIRECTOR FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Western Asphalt,Inc. CONTRACT NO. CAG 09-092 ESTIMATE NO. 5 Final PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS 1. CONTRACTOR EARNINGS THIS ESTIMATE $27,974.39 2. SALES TAX @ 9.50% $0.00 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $27,974.39 • 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $1,326,088.05 • 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $27,974.39 6. SUBTOTAL-CONTRACTOR PAYMENTS $1,354,062.44 10. SALES TAX PREVIOUSLY PAID $2,321.54 11. SALES TAX'DUE THIS ESTIMATE $0.00 12. SUBTOTAL-SALES TAX $2,321.54 * (95%xLINEI) Vj ** (RETAINAGE:5%) GRAND TOTAL: $1,356,383.98 J FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): Transportation-Street Overlay ACCOUNT T12108.f009.0018.0002 $27,974.39 #4 Transportation-Arterial Rehabilitation ACCOUNT T12186.f009.0018.0002 $0.00 #4 Water Engineering-Water Main Replacement Project ACCOUNT 425.000000.018.5950.0034.63.000000.U55170 $0.00 #4 • $27,974.391 Q lij TOTAL THIS ESTIMATE: $27,974.39 J/ . CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE . SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED . HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAID OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AM - • . - AUTHORIZED TO AUTHENTICATE AND CERTIFY TO SAID CLAIM -- - SIGNED: • *The Contractor(Western Asphalt,Inc.)has a retainage bond on file with the City SIGNATURES: - ::nager: /Allf / ," L Date: /3--1(-05' Approved By: __. • - //!/[�✓ / / Date: 12- 4 0 (Transportation Design Engineer) Approved By: p�h Date: Al • 6 (Transportation Design Supervisor) Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount SCHEDULE"A" . • 001. MOBILIZATION Lump Sum 1.00 $2,400.00 0.40 $960.00 , 0.00 $0.00 0.40 $960.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $7,100.00 0.40 $2,840.00 0.00 $0.00 0.40 $2,81111/ 003. HMA CL.1/2 IN.PG 64-22 Overlay Ton 549.00 $65.00 177.00 $11,505.00 0.00 $0.00 , .177.00 $11,505.00 004. REMOVING ASPHALT CONCRETEPAVEMENT SQ.YD. • 2,345.00 . . $2.20 799.00 . $1,757.80 0.00 $0.00 799.00 $1,757.80 BY COLD PLANING . 005. ADJUST MONUMENT Each 1.00 $200.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 006. ADJUST MANHOLE ' Each 5.00 $340.00 2.00 $680.00 0.00 $0.00 ' 2.00 $680.00 007. ADJUST WATER VALVE Each 8.00 $150.00 10.00 $1,500.00 0.00 $0.00 10.00 $1,500.00 008. _ ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 . 0.00 $0.00 0.00 $0.00 009. ADJUST CATCH BASIN Each : 3.00 $300.00 1.00 $300.00 0.00 $0.00 1.00 $300.00 411,010. 4"RAISED PAVEMENT MARKER Each •134.00 $1.77 53.00 $93.81 0.00 $0.00 53.00 $ ' TYPE 1,YELLOW •• 011. 4"RAISED PAVEMENT MARKER Each 32.00 $4.07 10.00 $40.70 0.00 $0.00 10.00 $40.70 :.TYPE 2d,YELLOW ._ • 012. 4"RAISED PAVEMENT MARKER Each 3.00 . .. :$8.77 2.00 $17.54 0.00 $0.00 2.00 $17.54 . TYPE 2,BLUE • . 013. PLASTIC CROSSWALK • LIN.FT. - 460.00 • •:$2.37 ' - 220.00 $521.40 0.00 $0.00 220.00 $521.40 014. 18"PLASTIC STOP BAR LIN.FT. 32.00 $4.17 13.00 $54.21 0.00 $0.00 13.00 $54.21 015. INDUCTION LOOPS • • Each • 3.00 $800.00 3.00 $2,400.00 0.00 $0.00 3.00 $2,400.00 016. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 • Project: 2009 STREET OVERLAY WITH CURB RAMPSContract Number: CAG 09-092 Closing Date: 12/03/2009 • Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantit Price Quantity Amount Quantity Amount Quantit Amount TYPE 106.1 017. SAWCUT CONCRETE LN.FT. 14.00 $2.00 57.00 $114.00 0.00 $0.00 57.00 $114.00 018. SAWCUT ASPHALT LN.FT. 64.00 $1.00 104.00 $104.00 0.00 $0.00 104.00 .00 ' 019. CRUSHED SURFACING TOP COURSE Ton 4.00 $26.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 020. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 56.00 . $2.6025.00 $65.00 0.00 - $0.00 25.00 • $65.00 021. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 26.00 - • . •$15.55 14.00 $217.70 0.60 $0.00 14.00 $217.70 022. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 12.00 $15.552.00 $31.10 0.00 $0.00 2.00 $31.10 023. INSTALL ASPHALT AT CURB AND GUTTER .Ton 3.00 $103.00 0.65 $68.95 0.00 $0.00 0.65 $66.95 024. TOPSOIL TYPE A Ton ••- 1.00 66.50 0.00 $0.00 0.00 $0.00 0.00 $0.00 025. INSTALL SOD SQ.YD 5.00 $13.80 0.00 $0.00 0.00 $0.00 0.00 $0.00 . 026. EROSION AND SEDIMENT CONTROL Lump Sum 1.- 1.00 .. $500.00 0.40 $200.00 0.00 $0.00 0.40 .00 027. FINISH AND CLEANUP Lum.Sum 1.00 $420.00 0.00 $168.00 0.00 $0.00 0.00 $168.00 $0.00 $24,437.21 9.5%Sales Tax $0.00 $2,321.53 Total Schedule A $0.00 $26,758.74 V SCHEDULE"B" J ev° 001. MOBILIZATION Lump Sum • 1.00 $38,400.00 .. 1.00 $38,400.00 0.00 $0.00 1.00 $38,400.00 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $52,600.00 1.00 $52,600.00 0.00 $0.00 1.00 $52,600.00 003. HMA CL.1/2"PG 64-22 OVERLAY Ton 7,498.00 $65.00 759.45 $490,714.25 0.00 $0.00 759.45 $490,714.25 004. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 13,555.00 $2.20 15702.73 $34,546.01 0.00 $0.00 15702.73 $34,546.01 BY COLD PLANING 1•llMMMUI Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 'Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 005. REMOVE ACP FROM TOP OF GLITTER LIN.FT. 200.00 $1.50 216.00 $324.00 0.00 $0.00 216.00 $324.00 006. ADJUST MONUMENT Each 4.00 $200.005.00 $1,000:00 0.00 $0.00 5.00 $1,00 • .-.007. .-ADJUST MANHOLE Each 44.00 $340.00 4.00 34.00 $11,560.00 4.00 $1,360.00 38.00 $12,920.00 008. ADJUST WATER VALVE Each . 44.00 150.00 6.00 44.00 $6,600.00 6.00 $900.00 50.00 $7,500.00 009. ADJUST CATCH BASIN Each • 8.00 $340.00 3.00 5.00 $1,700.00 3.00 $1,020.00 8.00 $2,720.00 010. ADJUST GAS VALVEEach . •• 3.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 011.. 4"RAISED PAVEMENT MARKER Each 4,126.00 -$1.77 56.00 4410.00 $7,805.70 56.00 $99.12 4466.00 $7,904.82 TYPE 1,YELLOW 012. 4"RAISED PAVEMENT MARKER Each .470.00 .,$4.17 12.00 591.00 $2,464.47 12.00 $50.04 603.00 $2,514.51 TYPE 2d,YELLOW . 013. 4"RAISED PAVEMENT MARKER Each 897.00 $1.70 1561.00 $2,653.70 0.00 $0.00 1561.00 $2,653.70 TYPE 1,WHITE 014. 4"RAISED PAVEMENT MARKER Each . 175.00 . :$4.00 299.00 $1,196.00 ' 0.00 $0.00 299.00 $1,1111111 TYPE 2e,WHITE 015. 4"RAISED PAVEMENT MARKER ..: Each `' 28:00 $8.77 0.00 $0.00 0.00 $0.00 0.00 $0.00 .: TYPE 2,BLUE 016:••-PLASTIC•CROSSWALK - LIN.FT. 1,870.00 $2.37 2005.00 $4,751.85 0.00 $0.00 2005.00 $4,751.85 017. . 18"PLASTIC STOPBAR • LIN.FT. "211.00 $4.17 . 146.00 $608.82 _.0.00 ,. $0.00 146.00 $608.82 • 018: PLASTIC ARROWEach 10.00 $35.00 22.00 $770.00 0.00 $0.00 22.00 $770.00 019. INDUCTION LOOPS Each 18.00 $580.00 18.00 $10,440.00 0.00 $0.00 18.00 $10,440.00 020. 4"WHITE EDGE OF ROAD LINE LIN.FT. 5,584.00 $0.17 5400.00 $918.00 0.00 $0.00 5400.00 $918.00 021. CURB RAMP,CEMENT CONCRETE Each . 2.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 105.1 Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 ' Previous Previous This This Total Total No Quantity Price Quantity Amount Quantity Amount Quantity Amount 022. CURB RAMP,CEMENT CONCRETE Each 24.00 $800.00 27.00 $21,600.00 0.00 $0.00 27.00 $21,600.00 TYPE 106.1 . 023. CURB RAMP,CEMENT CONCRETE Each • 7.00 $800.00 5.00 $4,000.00 0.00 $0.00 5.00 $4,00 TYPE 107.1 024. CURB RAMP,CEMENT CONCRETE Each 1.00 $800.00 1.00 $800.00 0.00 $0.00 1.00 $800.00 TYPE 4A :025. -"RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 24.00 $1,320.00 0.00 $0.00 24.00 $1,320.00 EXISTING CURB RAMPS . • 026. SAWCUT CONCRETE LIN.FT. ' 303.00 $2.00 - 257.00 $515.00 0.00 $0.00 257.00 $515.00 027. SAWCUT ASPHALT LIN.FT. • 962.00 • _:$1.00 1700.75 $1,700.75 0.00 $0.00 1700.75 $1,700.75 028. CRUSHED SURFACING TOP COURSE Ton 40.00 ' $26.00 68.32 $1,776.32 0.00 $0.00 68.32 $1,776.32 029. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 906.00 :$2.60 760.90 $1,978.34 0.00 $0.00 760.90 $1,978.34 030. REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 552.50 -$15.55 577.50 $8,980.13 • 0.00 $0.00 577.50 $8,980.13 031. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 234.00 • $15.55 242.60 $3,772.44 0.00 $0.00 242.60 $3,74. 032. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 148.00 $22.00 246.50 $5,423.00 0.00 $0.00 246.50 $5,423.00 - - -033. CEMENT CONCRETE SIDEWALK SQ.YD. 145.00 $29.00 232.74 $6,749.46 0.00 $0.00 232.74 $6,749.46 ' 034. INSTALL ASPHALT AT CURB AND GUTTER Ton . 53.00 $103.00 - 52.79 $5,437.37 0.00 $0.00 52,79 $5,437.37 035: TOPSOIL TYPE A Ton 20.25 $66.50 - 1.00 19.00 $1,263.50 1.00 • $66.50 20.00 $1,330.00 036. INSTALL SOD SQ.YD. 83.50 $13.80 4.40 89.00 $1,228.20 4.40 $60.72 93.40 $1,288.92 037. RELOCATE SIGN Each 5.00 $200.00 7.00 $1,400.00 0.00 $0.00 7.00 $1,400.00 038. ADJUST UTILITY BOX IN CURB RAMP Each 8.00 $10.00 . 9.00 $90.00 0.00 $0.00 9.00 $90.00 • ,/I1AYIMII Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 039. INSTALL BEAUTY BARK CU.YD. 2.50 $217.00 1.03 1.00 0.00 $0.00 2.03 $440.51 2.03 $440.51 • 040. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 1.00 $500.00 0.00 $0.00 1.00 11 .;..041. FINISH AND CLEANUP Lump Sum 1.00 $420.00 1.00 $420.00 0.00 $0.00 1.00 $420.00 042. HMA FOR PAVEMENT REPAIR 5" Ton 1,023.00 $91.50 1060.80 $97,063.20 0.00 $0.00 1060.80 $97,063.20 043.. HMA FOR WIDENING 2" Ton • '214.00 $91.50 186.26 $17,042.79 0.00 $0.00 . 186.26 $17,042.79 044. PAV EXC INCLUDING HAUL 5" • SQ.YD. 3,689.00 $13.15 3699.83 $48,652.76 0.00 $0.00 3699.83 $48,652.76 045. SHOULDER PREP FOR WIDENING SQ.YD. 1,924.00 .$2.44 1436.32 $3,504.62 0.00 $0.00 1436.32 $3,504.62 046. GRIND AND PAVE CARR RD LS 1.00 $23364.00 1.00 0.00 $0.00 1.00 . $23 364.00 1.00' $23 364.00 Total Schedule B $27,360.89 1 $932,431.57 SCHEDULE"C" JP J I (N 001. . MOBILIZATION Lump Sum 1.00 $20,000.00 1.00 $20,000.00 0.00 $0.00 1.00 $20,110 002. PROJECT TEMPORARY TRAFFIC CONTROL Lump Sum 1.00 $23,300.00 1.00 $23,300.00 0.00 $0.00 1.00 $23,300.00 .003. HMA CL.1/2 IN,PG.64-22 .. Ton • 3,488.00 $65.00 3943.25 $256,317.10 0.00 $0.00 3943.25 $256,317.10 .•. . 4".DEEP.IN TWO 2"LIFTS .-.... 004.'. REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. 15,297.00 $1.06 14183.11 $15,034.10 0.00 $0.00 14183.11 $15,034.10 BY COLD PLANING-2"DEEP . 005. REMOVE ROAD BASE-4"DEEP ' SQ.YD. '15,297.00 • $3.12 • 14276.11 $44,541.48 0.00 $0.00 14276.11 $44,541.46 006. ADJUST MONUMENT Each 13.00 $200.00 18.00 $3,600.00 0.00 $0.00 18.00 $3,600.00 007. ADJUST MANHOLE Each 6.00 $340.00 • 0.00 $0.00 0.00 $0.00 0.00 $0.00 008. ADJUST CATCH BASIN Each 1.00 $340.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 'IIMllmO 5 "MO"el vie Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Date: 12/03/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11/10 11/12 11/20 12/3 Previous Previous ,This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount . 1 009, ADJUST GAS VALVE Each 2.00 $150.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 010. 4"RAISED PAVEMENT MARKER Each 10.00 $8.77 0.00 $0:00 0.00 $0.00 0.00 .0 0 TYPE 2,BLUE 011. 18"PLASTIC STOPBAR LIN.FT. 45.00 $4.170.00 $0.00 0.00 $0.00 0.00 .$0.00 • . 012. ,CURB RAMP,CEMENT CONCRETE• Each 9.00 $800.00 . 9.00 $7,200.00 0.00 $0.00 9.00 $7,200.00 TYPE 106.1 013. CURB RAMP,CEMENT CONCRETE Each 2.00 $800.00 2.00 $1,600.00 0.00 $0.00 2.00 $1,600.00 TYPE 4A . . 014. RETROFIT TRUNCATED DOMES ON SQ.FT. 6.00 $55.00 24.00 $1,320.00 0.00 $0.00 24.00 $1,320.00 EXISTING CURB RAMPS • 015. SAWCUT CONCRETE LIN.FT. • 130.00 $2.00 134.00 $268.00 0.00 $0.00 134.00 $268.00 . . 016. SAWCUT ASPHALT LIN.FT. 368.00 $1.00 298.00 $298.00 0.00 $0.00 298.00 $298.00 017. CRUSHED SURFACING TOP COURSE Ton. - 1,200.00 • $11.60 1234.95 $14,325.42 0.00 $0.00 1234.95 All 018. REMOVE CONCRETE CURB AND GUTTER LIN.FT. 302,00 $2.60 291.00 $756.60 0.00 $0.00 291.00 $758.60 •-019. ••,REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 157.50 $15.55 156.70 $2,436.69 . 0.00 $0.00 156.70 $2,436.69 . . •' . . 020. .. REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. 69.00.• ' $15.55 . . 21.30 $331.22 0.00 $0.00 21.30 $331.22 ' . , 021. CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 12.50 $29.00 • .82.00 $2,378.00 ' 0.00 $0.00 82.00 $2,378.00 022. CEMENT CONCRETE SIDEWALK SQ.YD. 38.40 $29.00 50.00 $1,450.00 0.00 $0.00 50.00 $1,450.00 023. INSTALL ASPHALT AT CURB AND GUTTER Ton 18.50 $103.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 024. TOPSOIL TYPE A Ton 3.00 $66.50 3.00 0.00 $0.00 3.00 $199.50 3.00 , $199.50 ..., Project: 2009 STREET OVERLAY WITH CURB RAMPS Contract Number: CAG 09-092 Closing Dale: 12/03/2009 Contractor: Western Asphalt,Inc. Item Description Unit Est. Unit 11/9 11110 11/12 11/20 12/3 Previous Previous This This Total Total No. Quantity Price Quantity Amount Quantity Amount Quantity Amount 025. INSTALL SOD SQ.YD. 23.50 $13.80 30.00 22.00 $303.60 30.00 $414.00 52.00 $717.60 026. RELOCATE SIGN • • Each 2.00 $200.00 1.00 $200.00 0.00 $0.00 1.00 $200.00 • 027. EROSION AND SEDIMENT CONTROL Lump Sum 1.00 $500.00 1.00 $500.00 0.00 $0.00 1.00 $15111110 . , 028. FINISH AND CLEANUP Lump Sum 1.00 $420.00 • III 1.00 $420.00' 0.00 $0.00 1.00 $420.00 Total Schedule C $51 $397193.69 $397,193.69 1 . .... . . • . . • . Total all Schedules(AO3+C) $27,874.39 ,s1 $1,356,384.00 V 1 , . . ,• • . J f ttj ,. . SIGNATURES: . . Contractor: Dale:/02-670,--0? Project Manager: 6•41-11-0-L-,.2. A.4.4-4.0---12-e- Dale: ' Approved By: (. . _1%7Q ( I" Date: / / Tra atio 4,,esign Engine:0 Approved By: Date: r 0.7,71/0 1 . .•• . / (Transporta on Design Supervisor) . . . • 4111 . . .. , . . . . - . . . . . . . . . . . . . . _ . • . . . . - 2009 ostad. • 0 • 0 . C.O.#1 CITY OF RENTON Page 1 of 1 Public Works Department . CONTRACT CHANGE ORDER AGREEMENT CONTRACT: 2009 Street Overlay with Curb Ramps I CAG-09-092 CONTRACTOR: Western Asphalt,Inc. SUMMARY OF PROPOSED CHANGE: ©OFT • Reason/Justification: Construction will begin for the 2009 Street Overlay with Curb Ramps on Monday,July 27,2009. Puget Drive needs to be patched before it is overlaid. The Street Section needs to move on to other projects. Western is better set up to handle these patches(3,689 square yards)in a timely manner. • Contract Change:Add items for asphalt patching and lane widening. Add new bid items to the schedule of prices(Schedule B). Item Approx Units Description Unit Price Amount No. Quantity 42(Added) 1,023 Ton HMA for Pavement Repair 5" $ 91.50 $ 93,604.50 43(Added) 214 Ton HMA for Widening 2" $ 91.50 $ 19,581.00 44(Added) 3,689 SY Pay Exc Including Haul 5" $ 13.15 $ 48,510.35 45(Added) 1,924 SY (Shoulder Prep for Widening $ 2.44 $ 4,694.56 Total this Change Order: $ 166,390.41 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $1,166,719.45 $1,166,719.45 $166,390.41 $1,333,109.86 • SIGNATURES: ` Contractor: a ,i Date: 7- i-3'- 0.- Project Manager. LI .. • LAsZte.4,2.14---e--'e Date: —23aai Approved By: / / Date: �� (Transportation Design Supervisor) Approved By. Date: (Transportation Systems Division Director) C.O.#2 CITY OF RENTON Page 1 of 1 Public Works Department CONTRACT CHANGE ORDER AGREEMENT • CONTRACT: 2009 Street Overlay with Curb Ramps J CAG-09-092 CONTRACTOR: Western Asphalt,Inc. SUMMARY OF PROPOSED CHANGE: • Reason/Justification: There is an area on Carr Road that is sinking over a culvert. The road is getting worse and there could be an accident caused by this failure if the road isn't repaired. Wester Asphalt,Inc.,this year's Overlay Contractor has agreed to overlay the sunken area. • Contract Change:Add item for asphalt grinding and patching. • Add new bid items to the schedule of prices(Schedule B). Item Approx Units Description Unit Price Amount No. Quantity 46(Added) 33 1 Ton IHMA for Pavement Repair 5" 1 LS I $ 22,414.50 Total this Change Order: $ 22,414.50 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE • $1,166,719.45 $1,260,323.95 $22,414.50 $1,282,738.45 S&:7- SIGNATURES: 07- Contractor: Date: /42 7 6,C Project Manager: p. // • Apr, ZI Date: — • Approved By: , Date: / r (Transportation DeSign uperviSor) • Approved By: Date: (Transportation Systems Division Director) . . gir 410 ���sTarfo� State of Washington Reg.No.: o Department of Revenue -' ; --s Audit Procedures&Administration Date: December 4, 2009 �y'�.1889�O,2 PO Box 47474 Olympia,Washington 98504-7474 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT From: DEPARTMENT USE ONLY City of Renton Assigned To 1055 South Grady Way Renton, WA 98055-2132 Date Assigned Notice is hereby given relative to the completion of contract or project described below. Description of Contract 2009 Street Overlay with Curb Ramps CAG-09-092 Contractor's Name Western Asphalt, Inc. Telephone No. (206) 624-4433 Contractor's Address PO BOX 980 Maple Valley,Wa. 98038 Date Work Commenced Date Work Completed Date Work Accepted July 27, 2009 December 3, 2009 December 3,2009 Surety or Bonding Co. First National Insurance Company of America Agent's Address Holly Ulfers Kibble and Prentice 601 Union Street. Suite 1000 Seattle,Wa. 98101-4064 Contract Amount: $ 1,166,719.45 Amount Disbursed: $ 1,356,383.98 Additions or Reductions: $ 187,342.99 Amount Retained: $ 0.00 Sales Tax: $ 2,321.54 Total: $ 1,356,383.98 Total- $ 1,356,383.98 By (Disbursing Officer) Phone No: The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,Olympia,Washington 98504-7474, immediately after acceptance of the work done under this contract. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND until receipt of Department's certificate,and then only in accordance with said certificate. FORM REV 31 0020(12-92) 5 H:forms/notcompltl ADMINISTRATIVE AND �D atoll JUDICIAL SERVICES MEMORANDUM DATE: July 24, 2009 TO: Bill Wressell, PW-Transportation FROM: Cindy Moya, Records Management Specialist SUBJECT: CAG-09-092—Western Asphalt, Inc. The attached original documents have been fully executed and are being returned to you. Please transmit the original to the contractor and retain a copy for your file. The City Clerk has retained an original for the file. Thank you! Attachment h:\citycierk\records specialist\correspondence &memos - cindy\fully executed contract memo.doc �Y o k. •.AJLS •City ClerCity.Clerk Number + wA CAG r// a Checklist • Select One: n Contract n Permit n Lease n Agreement Contract Type Staff Name: CITY Off: (assigned by City Clerk) Bill Wressell 1(\, 7400 Department/Division: JUL 2 3 2009 EDEN Public Works/Transportation / Approval Queue:05/603 p Addendum Number: to City Clerk Number: R€CES CITY CLERK'SFtCE (if applicable). Contract Class: n Receivable n Payable n Grant n Misc. (no$) Expiration Date: I /S// 07 Contractor Name: Western Asphalt, Inc. Short Description: 2009 Street Overlay with Curb Ramps Full or Additional Installing ADA curb ramps, grinding, paving, utility adjustments, and channelization on various streets and Description: alleys in Renton. n Legal Review(attach memorandum from City Attorney) 1X1 Risk Management review for insurance(attach memorandum from Risk Management) IX Insurance certificate and/or policy (attach original) n Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) IX' Performance bond and verification memo from staff(for Public Works contracts only) n Federal excluded parties list verification (Website: www.epls.gov;attach printout of search results) n City business license number: 004480 Check EDEN or ask Finance Department. n Accounts payable W-9 vendor form (obtain if not already on file with Finance Dept.) Submitted contracts are signed by contractor: n Yes n No If not, provide explanation below. Fiscal Impact: n Expenditure or n Revenue Amount Budgeted: Amount: $ 1,166,719.45 (line item;see below*): $ 1,652,101 Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12) nX Contract or addendum is$20,000 or over(non-Public Works)or$30,000 or over(Public Works). n *Contract expenditure amount exceeds budgeted amount;fund transfer needed. n Addendum is for the second and additional time extensions. n Interlocal Agreement(most Interlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: Contractor determined via: n Phone Bid/Written Quote n CFB Ad (if applicable) (if applicable) n Consultant Roster RFP/SOQ Ad n Application Sole Source July 6,2009 Key words for City Clerk's electronic card file: 'Western Asphalt, Overlay, +'Print„Form'AQ Revised 07/23/2008 RETAINAGE BOND Bond No. 6620696 KNOW ALL MEN BY THESE PRESENTS,that Western Asphalt, Inc. , as Principal authorized to do business in the State of Washington and First National Insurance Company of America as Surety, a corporation organized and existing under the laws of the State of Washington and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Renton as Obligee in the penal sum of Fifty-Eight Thousand Three Hundred Thirty-Five and 97/100 Dollars ($58,335.97), which is 5% of the Principal's bid. WHEREAS, on the day of , g00? , the said Principal, herein, executed a contract with the Obligee, for 9u11- 2009 Street Overlay with Curb Ramps, Contract No. CAG-09-092 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 13th day of Jul __ 2009. l/APIMP.e" We ,.,:��3.; B ��� A4, i WI LIAM . PETESON, PRESIDENT Principal First National Insu nce Company of America By: ?9174t...i1176 ....) Surety Bonny Attorney-in-Fact Kibble & Prentice, a USI Company, 601 Union Street, #1000, Seattle, WA 98101 Name and Address Local Office or Agent w.\wordlhond retain2.doc I ~�� ��w^�nmmoma�ocvmv�vmAmv�u POWER1oo14th Avenue fad!��~��i* OF ATTORNEY Suite 1700 Seattle,wwua1m KNOW ALL BY THESE PRESENTS: No. 2364 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint **°°****°°***°**HEATHERALLEN'ALLEN;MARY DOBBS;TERR|LFRANKLIN;]E�NNEK8 'H�GEL'PA�NEL�A 'J�RD|NE� A. L. M. A. KOXANAPALA[0S;ST[VENVVPALKAEPtPATRICIA LRUSSEL�BONNY SM[FH;ANGELA D.TUNNON;HOLLY E. ULFERI;Seatt\e�VA ° * **°**°*''°°°° ~ '*°*°,***°°*o*v*mmmmmm***°°*°*°°°* ***°° *°*mm*°**mm*°*°*°°°***°°*°°°°*** its true and lawful attomoy(s)-in*mt, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if stich instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents 26th January 2009 thisdoyof � P-404 y� "`''` � �� ` � ` �� ^^- .• Dexter R.Legg,Secretary Timothy A.Mlkolajewskl,Vice President CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice Presidebt, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operabvnn, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney uppnintmont,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature o,the certifying nffioo,may uwbyfacsimile,and the seal o,the Company may uoafacsimile mamor' I, Dexter R.Legg Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this ourpuraoon, and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation • »/ this — uayv, ^ . c726°/ . DA z-c2 SEAL s 1928 tit? t ' ( Dexter R.Legg,Secretary o'1049/oF 1x09 ag Safeco®and the Safeclogo are regIstered trademarksmSamcoc"rpvrao ". WEB PDF July 6,2009 . Renton City Council Minutes • Page 196 AUDIENCE COMMENT Pat Miller(Bonney Lake),AFSCME, Local 2170 Union President, explained that Citizen Comment: Miller- the Renton Library personnel are represented by Local 2170. Expressing Future of Renton Library concern regarding their future employment, he noted that although King Personnel County Library System (KCLS) personnel are represented by a different bargaining unit of AFSCME,they are not bound by any employment collective bargaining agreements or human resources policies granted or practiced by the City of Renton. He remarked that the opinion of the union is that these City of Renton union members will not be represented in the future and will have to accept the current bargaining agreements that KCLS has in place. He stated that according to "Exhibit-A" of the proposed interlocal agreement with KCLS, these union members will not have seniority protection or be provided with the same benefits they currently enjoy as employees of the City of Renton. He also noted that many of the equivalent positions within KCLS pay at a lower rate, with fewer benefits. Mr. Miller also pointed out that under Item 5. of the proposed interlocal agreement,the City will be responsible for,and pay all the costs to develop and construct the new Main and Highlands libraries. He remarked that there appeared to be no financial limit set. MOVED BY ZWICKER,SECONDED BY CORMAN, COUNCIL EXTEND THE SPEAKER'S TIME. CARRIED. Continuing, Mr. Miller opined that the City of Renton and the Renton taxpayers will be at the mercy of KCLS and that there will be no end to what it will cost to upgrade and/or build new Library facilities. He stated that he is does not believe the proposed agreement adequately addresses either this issue or the needs of the union members who currently work at the Renton libraries. (See pages 197 and 198 for further discussion on this subject.) Citizen Comment: Martinez- Mark Martinez (Renton) remarked that although the new solid waste contract Insufficient Room for New allows more recycling and composting opportunities, he lives in a townhome Solid Waste Collection Bins complex and does not have room to store the new bins. He also requested that the recycling bins be picked-up weekly, as they tend to become overloaded three or four days prior to their scheduled pick-up day. CONSENT AGENDA Items listed on the consent agenda are adopted by one motion which follows the listing. Council Meeting Minutes of Approval of Council Meeting minutes of 6/22/2009. Council concur. 6/22/2009 CAG:09-092, 2009 Street City Clerk reported bid opening on 6/30/2009 for CAG-09-092, 2009 Street Overlay w h Curb Ramps, Overlay with Curb Ramps;four bids; engineer's estimate $1,641,012.73; and Western Asphalt submitted staff recommendation to award the contract to the low bidder Western Asphalt, Inc., in the amount of$1,166,719.45. Council concur. Vacation: Lake WA Blvd N & City Clerk submitted petition for street vacation for a 12,100 square foot N 44th St ROW,Alpert portion of right-of-way in the vicinity of Lake Washington Blvd. and N.44th St.; International,VAC-09-001 petitioner Alpert International, LLLP,Seattle (VAC-09-001). Refer to Public Works Administrator;set public hearing on 8/17/2009. (See page 199 for resolution.) 1\ C•OF RENTON COUNCIL AGEND•LL AI#: Submitting Data: For Agenda of: Dept/Div/Board.. AJLS/City Clerk July 6, 2009 Staff Contact Bonnie Walton Agenda Status Consent X Subject: Public Hearing.. Bid opening on June 30, 2009, for CAG-09-092, Correspondence.. 2009 Street Overlay with Curb Ramps Ordinance Resolution Old Business Exhibits: New Business Staff Recommendation Study Sessions Bid Tabulation Sheet (four bids) Information Recommended Action: Approvals: Legal Dept Council concur Finance Dept Other Fiscal Impact: Expenditure Required... $1,166,719.45 Transfer/Amendment Amount Budgeted $ Revenue Generated Total Project Budget $1,652,101 City Share Total Project.. SUMMARY OF ACTION: Engineer's Estimate: $1,641,012.73 In accordance with Council procedure, bids submitted at the subject bid opening met the following three criteria: There was more than one bid, the low bid was within the project budget, and there were no irregularities. Therefore, staff recommends acceptance of the low bid submitted by Western Asphalt, Inc. in the amount of$1,166, 719.45. STAFF RECOMMENDATION: Accept the low bid submitted by Western Asphalt, Inc. in the amount of$1,166,719.45. • S CITY OF RENTON PLANNINGBUILDING/PUBLIC WORKS MEMORANDUM DATE: July 1, 2009 TO: Bonnie Walton, City Clerk CC: Bob Hanson Ryan Plut FROM: Bill Wressell, x7400 SUBJECT: 2009 Street Overlay with Curb Ramps CAG-09-092 The Transportation Division recommends that the bid from Western Asphalt, Inc. be accepted and the contract for the 2009 Street Overlay with Curb Ramps Project be awarded in the amount of$1,166,719.45. The total budget for the project is $1,652,101, and it is funded by The Street Overlay Program, The Arterial Rehabilitation Program, and Water Capital Improvement Program (CIP) for the Water Main Rehabilitation Project. The Engineer's estimate for the construction of the 2009 Street Overlay with Curb Ramps, under this contract, is $1,641,012.73. If you have any additional questions or concerns please give me a call. clerkl BID TABULATION-2009 STREET OVERLAY WITH CURB RAMPS • City of Renton Contractor. Western Asphalt,Inc. Contractor. Woodworth&Company,Inc. Contractor. Lakeside Industries Contractor: ICON Materials,Inc. BID DATE:July 14,2007 Engineers Estimate Item Description Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid No. Quantity Price Amount Price Amount Price Amount Price 'Amount Price Amount Schedule"A" 001. Mobilization Lump Sum 1.00 $4,000.00 $4,000.00 $2,400.00 $2,400.00 $11,500.00 $11,500.00 $3,500.00 $3,500.00 20,650.00 320,650.00 002. Project Temporary Traffic Control Lump Sum 1.00 $4,000.00 54,000.00 $7,100.00 $7,100.00 $10,600.00 $10,600.00 $26,000.00 $26,000.00 23,500.00 $23,500.00 003. HMA Class 1/2"PG 64-22 Overlay Ton 549.00 $80.00 $43,920.00 $65.00 $35,685.00 $64.75 $35,547.75 $70.00 $38,430.00 66.00 $38,234.00 004. Removal of Asphalt Concrete Square Yard 2,345.00 $3.00 $7,035.00 $2.20 $5,159.00 $4.70 $11,021.50 $4.05 $9,497.25 5.00 $11,725.00 Pavement(by Cold Planing) Ill 005. Adjust Monument Each 1.00 $375.00 $375.00 3200.00 $200.00 3295.00 $295.00 $235.00 $235.00 225.00 $225.00 II 006. Adjust Manhole Each 5.00 $530.00 $2,650.00 $340.00 $1,700.00 $395.00 $1,975.00 $345.00 $1,725.00 385.00 $1,925.00 007. Adjust Water Valve Boz Each 8.00 $420.00 $3,360.00 $150.00 $1,200.00 $295.00 52,360,00 $245.00 $1,960.00 170.00 $1,360.00 008. Adjust Gas Valve Box Each 2.00 $420.00 $840.00 $150.00 $300.00 $295.00 $590.00 $500.00 $1,000.00 300.00 $600.00 009. Adjust Catch Basin Each 3.00 $530.00 $1,590.00 $300.00 $900.00 $395.00 $1,185.00 $345.00 $1,035.00 385.00 $1,155.00 010. 4"Raised Pavement Marker Each 134.00 $2.00 $268.00 $1.77 $237.18 $1.77 $237.18 $1.85 $247.90 2.00 $268.00 Type 1,Yellow 011. 4"Raised Pavement Marker Each 32.00 $4.00 $128.00 $4.07 $130.24 $4.07 $130.24 $4.35 $139.20 4.50 $144.00 Type 2d,Yellow 012. 4"Raised Pavement Marker Each 3.00 $5.00 $15.00 $8.77 $26.31 $8.77 $26.31 $10.00 $30.00 10.00 $30.00 Type 2b,Blue 013. Plastic Crosswalk Linear Foot 460.00 $3.00 $1,380.00 $2.37 $1,090.20 $2.37 $1,090.20 $2.50 $1,150.00 3.00 $1,380.00 014. Plastic Stop Bar(18"Wide) Linear Foot 32.00 $6.00 $192.00 $4.17 $133.44 $4.17 $133.44 $6.50 $208.00 4.50 $144.00 •015. Induction Loops Each 3.00 $800.00 $2,400.00 $800.00 $2,400.00 $577.00 $1,731.00 $577.00 $1,731.00 640.00 $1,920.00 016. Curb Ramp,Cement Concrete Each 2.00 $2,500.00 $5,000.00 $800.00 $1,600.00 $1,540.00 $3,080.00 $1,259.25 $2,518.50 902.00 $1,804.00 Type 106.1 017. Sawcut Concrete Linear Foot 14.00 $5.00 $70.00 $2.00 $28.00 $2.00 $28.00 $7.50 $105.00 5.50 $77.00 018. Sawcut asphalt Linear Foot 64.00 $4.00 $256.00 $1.00 564.00 $1.00 $64.00 $5.50 $352.00 2.00 $128.00 019. Crushed Surfacing Tap Course Ton 4.00 $50.00 $200.00 $26.00 $104.00 $50.00 $200.00 $225.00 $900.00 90.00 $360.00 020. Remove Concrete Curb and Gutter Linear Foot 56.00 $15.00 $840.00 $2.60 $145.60 $21.50 $1,204.00 $10.80 $604.80 15.00 $840.00 • 2009-SCHPR-bid_tab.xls 07/01/2009 1 09-bid tab • . . I BID TABULATION-2009 STREET OVERLAY WITH CURB RAMPS . City of Renton Contractor. Western Asphalt,Inc. Contractor. Woodworth 8 Company,Inc. Contractor. Lakeside Industries Contractor. ICON Materials,Inc. I BID DATE:July 14,2007 Engineers Estimate Item Description Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid No. Quantity Price Amount Price Amount Price Amount Price Amount Price Amount 021. Remove Concrete Sidewalk/Curb Ramp Square Yard 26.00 $60.00 $1,560.00 $15.55 $404.30 $40.00 $1,040.00 $25.10 $652.60 32.00 $832.00 022. Remove Asphalt at Curb and Gutter Square Yard 12.00 $40.00 $480.00 $15.55 $186.60 $44.00 $528.00 $27.20 $326.40 65.50 $786.00 023. Install Asphalt at Curb and Gutter Ton 3.00 $120.00 $360.00 $103.00 $309.00 $135.00 $405.00 $250.00 $750.00 247.00 0741.00 024. Topsoil Type Ton 1.00 $150.00 $150.00 $66.50 $66.50 $100.00 $100.00 $75.00 $75.00 280.00 $280.00 025. Install Sod Square Yard 5.00 $25.00 $125.00 $13.80 $69.00 $30.00 $150.00 $50.00 $250.00 45.00 $225.00 026. Erosion and Sediment Control Lump Sum 1.00 $300.00 $300.00 $500.00 $500.00 $200.00 $200.00 $500.00 $500.00 895.00 $895.00 III 027. Finish and Clean Up Lump Sum 1.00 $200.00 $200.00 $420.00 $420.00 $150.00 $150.00 $2,000.00 $2,000.00 2,100.00 $2,100.00 Total Schedule"A" $81,694.00 $62,558.37 $85,571.62 $95,922.65 $110,328.00 Schedule"B" 001. Mobilization Lump Sum 1.00 $70,000.00 $70,000.00 $38,400.00 $38,400.00 $41,500.00 $41,500.00 $60,000.00 $60,000.00 122,000.00 $122,000.00 002. Project Temporary Traffic Control Lump Sum 1.00 $75,000.00 $75,000.00 $52,600.00 $52,600.00 $65,600.00 $65,600.00 $95,000.00 $95,000.00 180,000.00 $180,000.00 003. HMA Class 1/2"PG 64-22 Overlay Ton 7,498.00 $75.00 $562,350.00 $65.00 $487,370.00 $64.75 $485,495.50 $70.00 $524,860.00 66.00 $494,868.00 004. Removal of Asphalt Concrete Square Yard 13,555.00 $8.00 $108,440.00 $2.20 S29,821.00 $3.70 $50,153.50 $4.00 $54,220.00 3.00 $40,665.00 Pavement(by Cold Planing) 005. Remove ACP from Top of Gutter Square Feet 200.00 $3.00 $600.00 $1.50 $300.00 $7.00 $1,400.00 $3.00 $600.00 12.00 $2,400.00 1 006. Adjust Monument Each 4.00 $375.00 $1,500.00 $200.00 $800.00 $295.00 $1,180.00 $235.00 $940.00 225.00 0900.00 007. Adjust Manhole Each 44.00 $520.00 $22,880.00 $340.00 $14,960.00 $395.00 $17,380.00 $345.00 $15,180.00 385.00 $16,940.00 • 008. Adjust Valve Box Each 44.00 •$420.00 $18,480.00 $150.00 $6,600.00 $295.00 $12,980.00 $245.00 $10,780.00 169.00 $7,436.00 009. Adjust Catch Basin Each 8.00 $520.00 $4,160.00 $340.00 $2,720.00 $395.00 $3,160.00 $345.00 $2,760.00 385.00 $3,080.00 010. Adjust Gas Valve Each 3.00 $420.00 $1,260.00 $150.00 $450.00 $295.00 $885.00 $500.00 $1,500.00 250.00 $750.00 011. 4"Raised Pavement Marker Each 4,126.00 $2.00 $8,252.00 $1.77 $7,303.02 $1.77 $7,303.02 $1.85 $7,633.10 2.00 $8,252.00 Type 1,Yellow 012. 4"Raised Pavement Marker Each 470.00 $4.00 $1,880.00 $4.17 $1,959.90 $4.17 $1,959.90 $4.35 $2,044.50 5.00 $2,350.00 Type 2d,Yellow 013. 4"Raised Pavement Marker Each 897.00 $2.00 $1,794.00 $1.70 $1,524.90 $1.70 $1,524.90 $1.85 $1,659.45 2.00 $1,794.00 Type 1,White 2009-SCHPR-bid tab.xls 07/01/2009 2 09-bid tab i • • BID TABULATION-2009 STREET OVERLAY WITH CURB RAMPS City of Renton Contractor. Western Asphalt,Inc. Contractor. Woodworth&Company,Inc. Contractor. Lakeside Industries Contractor: ICON Materials,Inc. BID DATE:July 14,2007 Engineers Estimate Item Description Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid No. Quantity Price Amount Price Amount Price Amount Price Amount Price Amount 014. 4"Raised Pavement Marker Each 175.00 $4.00 $700.00 $4.00 $700.00 $4.00 $700.00 $4.35 $761.25 4.00 $700.00 Type 2e,White 015. 4"Raised Pavement Marker Each 28.00 $10.00 $280.00 $8.77 $245.56 $8.77 $245.56 $10.00 $280.00 10.00 $280.00 Type 2,Blue 016. Plastic Crosswalk Linear Foot 1,870.00 $2.50 $4,675.00 $2.37 $4,431.90 $2.37 $4,431.90 $2.50 $4,675.00 3.00 $5,610.00 (8"INide) 017. Plastic Stop Bar(18"Wide) Linear Foot 211.00 $5.00 $1,055.00 $4.17 $879.87 $4.17 $879.87 $6.50 $1,371.50 5.00 $1,055.00 018. Plastic Arrow Each 10.00 $60.00 $600.00 $35.00 $350.00 $35.00 $350.00 $75.00 $750.00 39.00 $390.00 • 019. Induction Loops Each 18.00 $800.00 $14,400.00 $580.00 $10,440.00 $597.00 $10,746.00 $597.00 $10,746.00 660.00 $11,880.00 020. 4"White Edge of Road Line Linear Foot 5,584.00 $0.20 $1,116.80 $0.17 $949.28 $0.17 $949.28 00.32 $1,786.88 1.00 $5,584.00 021. Curb Ramp,Cement Concrete Each 2.00 $1,700.00 $3,400.00 $800.00 $1,600.00 $495.00 0990.00 $1,333.40 $2,666.80 900.00 $1,800.00 Type 105.1 022. Curb Ramp,Cement Concrete Each 24.00 $1,700.00 $40,800.00 $800.00 $19,200.00 $1,236.00 $29,664.00 S1,259.25 $30,222.00 900.00 $21,600.00 Type 106.1 023. Curb Ramp,Cement Concrete Each 7.00 $1,700.00 $11,900.00 $800.00 $5,600.00 $1,200.00 $8,400.00 $2,189.40 $15,325.80 900.00 $6,300.00 Type 107.1 024. Curb Ramp,Cement Concrete Each 1.00 $1,700.00 $1,700.00 $800.00 $800.00 $1,200.00 $1,200.00 $1,613.65 $1,613.65 900.00 $900.00 Type 4A 025. RetrotitTruncated Domes On Square Foot 6.00 $50.00 $300.00 $55.00 $330.00 $75.00 $450.00 $100.00 $600.00 62.00 $372.00 Exising Curb Ramps 026. Sawcut Concrete 4-6" Linear Foot 303.00 $5.00 $1,515.00 $2.00 $606.00 $2.00 $606.00 $4.25 $1,287.75 6.00 $1,818.00 027. Sawcut Asphalt 4-8" Linear Fool 962.00 $4.00 $3,848.00 $1.00 $962.00 $1.00 $962.00 $3.75 $3,607.50 2.00 $1,924.00 i '028. Crushed Surfacing Top Course Ton 40.00 $50.00 $2,000.00 $26.00 $1,040.00 $50.00 $2,000.00 $68.50 $2,740.00 73.30 $2,932.00 029. Remove Concrete Curb and Gutter Linear Foot 906.00 $15.00 $13,590.00 $2.60 $2,355.60 $23.00 $20,838.00 $13.30 $12,049.80 7.00 $6,342.00 030. Remove Concrete Sidewalk or Curb Ramp Square Yard 552.50 $60.00 $33,150.00 $15.55 $8,591.38 $16.50 $9,116.25 $25.35 $14,005.88 14.00 $7,735.00 031. Remove Asphalt at Curb and Gutter Square Yard 234.00 $40.00 $9,360.00 $15.55 $3,638.70 $26.00 $6,084.00 $19.70 $4,609.80 20.00 54,680.00 032, Cement Concrete Traffic Curb and Gutter Linear Foot 148.00 $35.00 $5,180.00 $22.00 $3,256.00 $22.00 $3,256.00 $18.75 $2,775.00 25.00 $3,700.00 033. Cement Concrete Sidewalk Square Yard 145.00 $70.00 $10,150.00 $29.00 $4,205.00 $42.75 $6,198.75 $72.35 $10,490.75 33.00 $4,785.00 034. Asphalt Concrete Patch at Curb&Gutter Ton 53.00 $120.00 $6,360.00 $103.00 $5,459.00 $135.00 $7,155.00 $150.00 $7,950.00 162.00 $8,586.00 i I 2009-SCHPR-bid_tab.xts 07/01/2009 3 09-bid tab f BID TABULATION-2009 STREET OVERLAY WITH CURB RAMPS City of Renton Contractor. Western Asphalt,Inc. Contractor: Woodworth 8 Company,Inc. Contractor: Lakeside Industries Contractor. ICON Materials,Inc. BID DATE:July 14,2007 Engineers Estimate Item Description Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid No. Quantity Price Amount Price Amount Price Amount Price Amount Price Amount HMA Class 1/2"PG 64-22 035. Topsoil,Type A Cubic Yard 20.25 $150.00 $3,037.50 $66.50 $1,346.63 $100.00 $2,025.00 $75.00 $1,518.75 52.00 $1,053.00 036. Install Sod Square Yard 83.50 $25.00 $2,087.50 $13.80 $1,152.30 $30.00 $2,505.00 $25.00 $2,087.50 44.00 $3,674.00 037. Relocate Existing Sign Each 5.00 $250.00 01,250.00 0200.00 $1,000.00 $150.00 $750.00 $200.00 $1,000.00 390.00 $1,950.00 038. Adjust Utility Box In Curb Ramp Each 8.00 $300.00 $2,400.00 $10.00 $80.00 $200.00 $1,600.00 $100.00 $800.00 565.00 $4,520.00 039. Install Beauty Bark Cubic Yard 2.50 $120.00 $300.00 $217.00 $542.50 $100.00 $250.00 $75.00 $187.50 112.00 $280.00 • 040. Erosion and Sediment Control Lump Sum 1.00 $2,000.00 $2,000.00 $500.00 $500.00 $550.00 S550.00 $3,000.00 $3,000.00 3,080.00 $3,080.00 041. Finish and Clean Up Lump Sum 1.00 $3,000.00 $3,000.00 $420.00 $420.00 $150.00 $150.00 $12,000.00 $12,000.00 7,775.00 $7,775.00 Total Schedule'B" $1,056,750.80 $725,490.54 $813,574.43 $928,086.16 $1,002,740.00 Schedule"C" 001. Mobilization Lump Sum 1.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $17,500.00 $17,500.00 $25,000.00 $25,000.00 43,595.00 $43,595.00 002. Project Temporary Traffic Control Lump Sum 1.00 $30,000.00 $30,000.00 $23,300.00 $23,300.00 $34,500.00 $34,500.00 $50,000.00 $50,000.00 64,875.00 $64,875.00 003. HMA Class 1/2"PG 64-22 Overlay Ton 3,488.00 $75.00 $261,600.00 $65.00 $226,720.00 $64.75 $225,848.00 $70.00 $244,160.00 67.00 8233,696.00 004. Removal of Asphalt Concrete Square Yard 15,297.00 $2.00 $30,594.00 $1.06 $16,214.82 $3.15 $48,185.55 $2.75 $42,066.75 3.00 $45,891.00 Pavement By Cold Planing,2"Deep 005. Remove Road Base,4"Deep Square Yard 15,297.00 $4.00 $61,188.00 $3.12 $47,726.64 $2.25 $34,418.25 $3.50 $53,539.50 4.00 $61,188.00 006. Adjust Monument Each 13.00 $375.00 $4,875.00 $200.00 $2,600.00 $295.00 $3,835.00 $235.00 $3,055.00 225.00 $2,925.00 007. Adjust Manhole Each 6.00 $520.00 $3,120.00 $340.00 $2,040.00 $395.00 $2,370.00 $345.00 $2,070.00 385.00 $2,310.00 •008. Adjust Catch Basin Each 1.00 $520.00 $520.00 9340.00 $340.00 $395.00 9395.00 $345.00 $345.00 385.00 $385.00 009. Adjust Gas Valve Each 2.00 $420.00 $840.00 $150.00 $300.00 $295.00 $590.00 $500.00 $1,000,00 300.00 $600.00 010. 4"Raised Pavement Marker Each 10.00 $10.00 $100.00 $8.77 $87.70 $8.77 $87.70 $10.00 $100.00 10.00 $100.00 Type 2b,Blue 011. Plastic Stop Bar(18"Wide) Linear Foot 45.00 $5.00 $225.00 $4.17 $187.65 $4.17 $187.65 $6.50 $292.50 5.00 $225.00 012. Curb Ramp,Cement Concrete Each 9.00 $1,700.00 $15,300.00 $800.00 $7,200.00 $1,236.00 $11,124.00 $1,259.25 $11,333.25 900.00 $8,100.00 Type 106.1 013. Curb Ramp,Cement Concrete Each 2.00 $1,700.00 $3,400.00 $800.00 $1,600.00 $1,200.00 $2,400.00 $1,613.65 $3,227.30 900.00 $1,800.00 2009-SCHPR-bidtao.xls 07/01/2009 4 09-_hid tab 1 l BID TABULATION-2009 STREET OVERLAY WITH CURB RAMPS City of Renton Contractor. Western Asphalt,Inc. Contractor. Woodworth&Company,Inc. Contractor: Lakeside Industries Contractor. ICON Materials,Inc. BID DATE:July 14,2007 Engineers Estimate Item Description Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid No. • Quantity Price Amount Price Amount Price Amount Price Amount Price Amount Type 4A 014. RetrofitTruncated Domes On Square Foot 6.00 $50.00 $300.00 $55.00 $330.00 $75.00 $450.00 $100.00 $600.00 62.00 $372.00 Exising Curb Ramps , 015. Sawcut Conctete Linear Foot 130.00 $5.00 $650.00 $2.00 $260.00 $2.00 $260.00 $4.25 $552.50 5.50 $715.00 016. Sawcut Asphalt Linear Foot 368.00 $4.00 $1,472.00 $1.00 $368.00 $1.00 $368.00 $3.75 $1,380.00 2.00 $736.00 017. Crushed Surfacing Top Course Ton 1,200.00 $30.00 $36,000.00 $11.60 $13,920.00 $27.00 $32,400.00 $28.50 $34,200.00 22.00 $26,400.00 018. Remove Concrete Curb and Gutter Linear Foot 302.00 $15.00 $4,530.00 $2.60 $785.20 $12.00 $3,624.00 $13.30 $4,016.60 12.50 $3,775.00 4111 019. Remove Concrete SidewalkfCurb Ramp Square Yard 157.50 $60.00 $9,450.00 $15.55 $2,449.13 $8.40 $1,323.00 $25.10 $3,953.25 15.00 $2,362.50 020. Remove Asphalt at Curb and Gutter Square Yard 69.00 540.00 $2,760.00 $15.55 $1,072.95 519.00 $1,311.00 $27.20 $1,876.80 25.00 $1,725.00 021. Cement Conc.Traffic Curb and Gutter Linear Foot 12.50 $35.00 $437.50 $29.00 5362.50 $27.00 $337.50 $18.75 $234.38 33.00 $412.50 022. Cement Concrete Sidewalk Square Yard 38.40 $70.00 $2,688.00 $29.00 $1,113.60 $50.00 $1,920.00 $72.35 $2,778.24 35.00 $1,344.00 023. Install Asphalt at Curb and Gutter Tan 18.50 $120.00 $2,220.00 $103.00 $1,905.50 $135.00 $2,497.50 $150.00 $2,775.00 83.00 $1,535.50 024. Topsoil Type Ton 3.00 $150.00 $450.00 $66.50 $199.50 $100.00 $300.00 $75.00 $225.00 110.00 $330.00 025. Install Sod Square Yard 23.50 $25.00 5587.50 $13.80 $324.30 $30.00 $705.00 $25.00 $587.50 41.00 $963.50 026. Relocate Sign Each 2.00 $250.00 $500.00 $200.00 0400.00 $200.00 $400.00 $200.00 $400.00 390.00 $780.00 027. Erosion and Sediment Control Lump Sum 1.00 $500.00 $500.00 $500.00 $500.00 $100.00 $100.00 $2,000.00 $2,000.00 1,920.00 $1,920.00 028. Finish and Clean Up Lump Sum 1.00 $500.00 $500.00 $420.00 $420.00 $150.00 $150.00 $5,000.00 $5,000.00 1,950.00 $1,950.00 Total Schedule"C" $494,807.00 $372,727.49 $427,587.15 $496,768.57 $511,011.00 • Subtotal Schedule"A" $81,694.00 $62,558.37 $85,571.62 $95,922.65 $110,328.00 9.5%Sales Tax on Sch"A"only $7,760.93 $5,943.05 $8,129.30 $9,112.65 $10,481.16 Total Schedule"A" $89,454.93 $68,501.42 $93,700.92 $105,035.30 $120,809.16 Total Schedule"B" $1,056,750.80 $725,490.54 $813,574.43 $928,086.16 $1,002,740.00 Total Schedule"C" $494,807.00 $372,727.49 $427,587.15 $496,768.57 $511,011.00 Total Schedules"A","B"and"C" $1,641,012.73 $1,166,719.45 $1,334,862.50 $1,529,890.03 $1,634,560.16 2009-SCHPR-bid tab.xls 07/01/2009 5 09-_bid tab • CITY OF RENTON J BID TABULATION SHEET PROJECT: 2009 Street Overlay with Curb Ramps;CAG-09-092 Page 1 DATE: June 30,2009 FORMS BID BIDDER Bid Bond/ Triple EEO Addendum Schedule Proposal Form #1 of Prices **Includes Sales Tax ICON Materials 6819 S.228th St. Kent,WA 98032-2050 x x x x x $1,634,560.16 David Gent Lakeside Industries 18808 SE 257th St. Covington,WA 98042 x x x x x $1,529,890.03 Craig Nickel Western Asphalt,Inc. P.O.Box 980 Maple Valley,WA 98038 x x x x x $1,166,719.45 William J.Peterson Woodworth&Company,Inc. 1200 East D. Street Tacoma,WA 98421 x x x x x $1,334,862.50 Jeffrey A.Woodworth ENGINEER'S ESTIMATE $1,641,192.73 LEGEND: Forms:Triple Form:Non-Collusion Affidavit,Anti-Trust Claims,Minimum Wage • • CITY ATTORNEY rj Om 6 MEMORANDUM DATE: July 21, 2009 TO: Jayson Grant, Public Works Department FROM: Lawrence J. Warren,City Attorney Staff Contact: Mark Barber,Sr.Assistant City Attorney (425) 255-8678 SUBJECT: 2009 Street Overlay with Curb Ramps Project No. CAG-09-092 I have reviewed the above-referenced contract relating to the subject above and it is approved as to legal form. h:\02 mark\public works--contracts and agreements\2009-07-21 memo to jayson grant approving contract no.cag-09- 092.doc PUBLIC WORKS DEIMENT 10)Efiton� MEMORANDUM DATE: July 21, 2009 TO: Bonnie Walton City Clerk CC: Robert Hanson Ryan Plut FROM: Bill Wressell Project Manag r SUBJECT: Review of bond,Western Asphalt, Inc. 2009 Street Overlay with Curb Ramps CAG 09-092 I have checked and verified that the bond(s)for the above referenced project are accurate and authentic. Verification was through Bonny Smith,Account Manager for First National Insurance Company of America, Kibble and Prentice, a USI Company, 206-441-6300. If you have any questions, please call me at 7400. S HUMAN RESOURCES pi, ^��O � AND RISK MANAGEMENT eC MEMORANDUM DATE: July 17, 2009 TO: William Wressell FROM: P.J. Sul 47p/, SUBJECT: Insurance Review/Western Asphalt, Inc. CAG-09-092 2009 Pavement Overlay I have reviewed the certificate of insurance and supporting policy documents for the above-mentioned contract. The insurance coverage, evidenced for this contract, meets the City's risk management requirements. • h:\risk\certificates\specific memo's\contract okay.doc „,...„. ,,,„,.,,,_,,,..,,..-,1,0.4.1.,,riArw,A,347,-.7,11!,,,cm..,4-m,,,W-'1.,,,,R,,:4,,:,,.'r."'0,vil-41v,,,,ViA%....10,41,r''w,?..11-4-1,4,4f,,,,L.47,r-„I'Veq,„, 4M4,k7,9, . ;,•Aormit.,,-,...‘,14x,,,....,_ r-ratl*PIA:0,7?,,ICA,Ti,71'E'VrW' ;;;;..7,;,,,,;;:t,,:,;4',.,'...:f,t, :1';?-o'0'7.;':,-,i'''.'; '1 i''..;,..,:;•:,?...c,:r''', .if.lb,;',,:”vg.,4::.-.,- ,-,..,'',..:Jr.,.vry,'•,4:"...i',:,t-,:*i,-., , ,r,k7,,),V.Tr'47,-s",''''';;;T.WV,yr A''If ; .... . • g 4,:'''''''` ',.' :‘':{-':,:.;;,;„;; .:.',--,:.\‘'-,:i' „ , -F.'','.7, 4, '-,`•'"I;. :,''', '''',''''l'-i" '_.'4 ';.:'' '''' '' '' '.-Ar:','%.' ""."4'':;,;•.:t',-;'''',:2t". ''',:!*;'',4'Cl.',:e `.:;:i7(!e4f;;T:'°. :, t:'-',:0:',.. 4"^i'li rt‘5'7,'''.?'IA.N4c-?"477.,i,zr,,,,,I,,,,,,p.0,1,,c7",,,,,i.,,,,w,r,,,,,,,,,,,:::,„i "'': — '''''. ' ' ''''' ''' ' ''.4''' ' -''''''' ''-' ''''' '' : 4' ' ."' ' ' ;" .<`<% '''. ,',1- .' '',',•-' .--',:,,•,,,,,,' .;-, vr;,,", ,- , ,-.•-:.•.',;-.- --7., ,,'',, ,-t.?..444,;,,,7,i, .,.., 1:;.,,,,c;.7.-;,,$,,,z., ,.. ..,:••„. a.-, -. , • ., . . .. ... .•,. . _ 0 LAKESIDE INDUSTRIES KENT DIVISION 18808 S.E. 257th Street, Covington,WA 98042 , .. . , 6 - , IA, ilet4: (3 CY1V\ ... , 01' .. 4 " RentonCity Hall 70 . , ‘ , ..• . 1055 South Grady Way . . - Renton Wa 98057 ec°\1€13cf ‘c . VL ivt<s 01-t- GT4 r !„.3,,,,,, 2, ... . - , . , ,. . ... . . . , . . , ....„ . ,..... ,.. . ,. ..,,, , . . , . . ., _ . , . . : . . , . - -, , • , , 'A, , . .. , • .1...;, .' ., ' ... _ .- , i' PROJECT: 2009 Street Overlay with Curb Ramps , . , , , _ ,•••„., . - . , , , ,,.," ,,,,,• _.,•_, , ,..,,.. , -'- . . . „,,. ,,,,,,,,• - • - • ,,,-;.,„---,,, ,,,,; , .,, . •0 ,-,...,. .,.;, • - ..-"7,..,7,..., • , rm BID DATE: June 30,2009 ' . " ' - 'I, -, ' '-' '' ••-."'" . ---.' '-, - ''-- -,,, '' -- -• -=-i'' ,,„,.:,,,,, .•• =,-.., „ ,,: . -,,-:---,-,,,, x-,.. •, ,..- - , ,,,--,-A.,!,,,,,,,,:-.'„„..",-,-,-,.- ,:.:',...,,,.",'', . BID TIME: 2:30 p.m. '-,);'' ' "'; -"li;-.4 r, ,vx •.„. , i';„,,I, -,....-, , `,.-,-.,.;1.1•Aril.!4-',:i.,:=, „.,-;.'...;,.'<,.#;-,e!-,f'e-',L.4,:?:-•. .- : _. , '-'f,,,, ,,e ' III. PROJECT PROPOSAL 110 CITY OF RENTON 1. BIDDER'S CHECKLIST 1. BIDDERS CHECKLIST 2. PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. _ CERTIFICATION OF EEO REPORT 7. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. • • 2009 STREET OVERLAY WITH CURB RAMPS r _ • CITY OF RENTON PROJECT NUMBER PROJECT NAME PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available,in accordance with the said plans,specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices in figures.) Printed Name: 6e,9/4 Signature: c l aA 7 ~ Address: /.865 Names of Members of Partnership: CO0/4267vi(J 9g0`f� OR - - Name of President of Corporation //7/C//,‘&2.. Name of Secretary of CorporationAid}-4,6Oy e/L Corporation Organized under the laws of �t45&/I6' TVA) With Main Office in State of Washington at /0.4 goy 70/ G ../.5Sf/47Ai-W W,p IO PROP.DOC% • ' III. PROJECT PROPOSAL • CITY OF RENTON } 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 2009 STREET OVERLAY WITH CURB RAMPS ! - - . . 1 , . ASTREET OVERLAY WITH CURB*MPS SCHEDULE A 1 i 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS , 1 1 MOBILIZATION LUMP SUM LUMP SUM i 2 1 PROJECT TEMPORARY TRAFFIC CONTROL 1 LUMP SUM 42J1a / 0(50 . CO LUMP SUM AT 3 549 HMA CL 1/2 IN.PG 64-22 OVERLAY TON /0 CC) Vg tp/) , -()() PER TON 4 2,345 REMOVING ASPHALT CONCRETE PAVEMENT AT 05 SO.YD. BY COLD PLANING 1/ . 1 1( 11 PER SQ.SQ.YD. AT 5 1 ADJUST MONUMENT EACH '2012n. • tib il"?5.-- ' CY° i PER EACH AT 6 5 ADJUST MANHOLE EACH 1Lic "517 11 16-- -CO PER EACH AT 7 8 ADJUST WATER VALVE EACH • tic. . CO . PER EACH AT [ 8 2 ADJUST GAS VALVE EACH . 1-50.7 • CO ' I OL. ' • CD PER EACH. 9 AT 3 ADJUST CATCH BASIN EACH '2L1 5- • °I" /0.77 5- PER EACH , . AT 10 134 r RAISED PAVEMENT MARKER EACH TYPE 1,YELLOW 1 - Sg 1,91 PER EACH 11 32 4"RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW ul -%. 1121 PER EACH - AT 3 4"RAISED PAVEMENT MARKER EACH TYPE 2,BLUE PER EACH ,0 • DO e 7„)0 .CD 2009-SCHPR.bid PROPOSAL 1 -—— L . —— -- — ---— — — . • 2•STREET OVERLAY WITH CURB IMPS . SCHEDULE A 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS _ DOLLARS 13 AT 460 PLASTIC CROSSWALK LIN.FT. • 2 • ✓"rn[] 1I tt✓/," •CYO .. .PER LIN.FT. �- 14 AT 32 18'PLASTIC STOPBAR LIN.FT. tQ e1 4,�� PER LIN.FT. /'� 15 3 INDUCTION LOOPS AT EACH 51tx:b PER EACH 16 2 CURB RAMP,CEMENT CONCRETE AT Cr5j` - EACH TYPE 106.1 I Z51 • IS / V u 1..ctsi • 51) PER EACH 17 14 SAWCUT CONCRETE LIN.FT. '7 • I OS • CO ' PER LIN.FT. AT 18 64 SAWCUT ASPHALT LIN.FT. !-• $59— •60 PER LIN.FT. 19 AT 4 CRUSHED SURFACING TOP COURSE TON . 9-9-55- • 1 co . C, PER TON 20 56 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. L 0 • S-t) &C. i • PER LIN.FT. 21 26 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. ')_,..5- . 10 • Gib PER SQ.YD. t_cZ' 22 12 REMOVE ASPHALT AT CURB AND GUTTER AT s SQ.YD. 7/ kr) !/ e • Gio PER SQ.YD. 23 3 INSTALL ASPHALT AT CURB AND GUTTER AT TON • C2) 7 Co •c' PER TON AT 24 1 TOPSOIL TYPE A TON •(QO i1 5- •C-p PER TON 2009-SCHPR-bid tab.xls PROPOSA1 2 AO.cru e • 20OSTBEET OVERLAY WITH CURB Imps SCHEDULE A 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 25 5 INSTALL SOD AT SQ.YD_ - (C> b -• !R7 PER SQ.YD. • 26 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM • - U� • 27 1 FINISH AND CLEANUP LUMP SUM LUMP SUM moo - oo SCHEDULE A TOTAL 9 51 11-, - 65. • • • • • • • • 2009-SCHPR-bid tab.xls PRCIPOSAI s no=crI A • 20 STREET OVERLAY WITH CURB•MPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION LUMP SUM • LUMP SUM 6,01 (L . CSO . 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL . • LUMP SUM 91s-/ 0(-30 . ob LUMP SUM AT 3 7,498.00 HMA CL.1/2 IN.PG 64-22 OVERLAY TON, ?v • cx) hk( $-Lo . 00 PER.TON 4 13,555.00 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. BY COLD PLANING • l . (> 5'1, t� n'�•s) . PER SQ.YD. l ( d f 5 REMOVE ACP FROM TOP OF GUTTER AT 200.00 UN.FT. 3 .Uu l.O" . 00 . PER LIN.'FT. ' AT 6 4.00 ADJUST MONUMENT EACH 2 2 75 -0 /(10 .ot) PER EACH 7 ADJUST MANHOLE AT 44.00 • EACH j f PER EACH SIC• M l' / ` AT 8 44.00 ADJUST WATER VALVE EACH • 125 . t) `)a) ? Q/Q .C51-)C51-)PER EACH 0 AT 9 8.00 ADJUST CATCH BASIN Leo EACH #.3V#.3V5— ^ I� W� -31 - iib PER EACH 10 3.00 ADJUST GAS VALVE AT EACH G c7 v •u) PER EACH `^� 11 AT 4,126.00 4"RAISED PAVEMENT MARKER EACH TYPE 1,YELLOW 1Z`y '17'7 / PER EACH I 2009-SCHPR-bid_tab.xls 06/09/2009 1 09SCH_B 209 STREET OVERLAY WITH CURBIPMP S SCHEDULE B j 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHA INTERPRETED LL BE AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS i 12 470.00 4"RAISED PAVEMENT MARKER AT ' / EACH TYPE 2d,YELLOW 't1( t1 . 125 "L/L/ , 5> PER EACH ` !/v 13 897.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 1,WHITE / . C 5 (0 5 , 'is PER EACH v G CO 14 175.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 2e,WHITE l • 75 7(Q f . /LS- PER EACH 1 15 AT 28.00 4"RAISED PAVEMENT MARKER • EACH TYPE 2,BLUE I 0 . 00 V ') . OD PER EACH d 16 PLASTIC CROSSWALK AT 1,870.00 LIN.FT. ' 5r) ///_G-15 . Cole PER LIN.FT. �Z C 17 18"PLASTIC STOPBAR AT 211.00 LIN.FT. • • ( . / 7" 1 I . 51) PER LIN.FT. l 18 PLASTIC ARROW AT 10.00 EACH 15- . ao91 , PER EACH 17� 19 INDUCTION LOOPS AT 18.00 • EACH ' 03 / yle PER EACH " of l ` 20 4"WHITE EDGE OF ROAD LINE AT 5,584.00 LIN.FE _ (7 . !� 1,I la? . n PER LIN.FT. 21 AT 2.00 CURB RAMP,CEMENT CONCRETE . EACH TYPE 105.1 I X33 . 110 ^ , . iD PER E{PCH �2 " 22 24.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 106.1 11'5-91 . '2 20/ �e� . 00 PER EACH -J 2009-SCHPR-bid tab.xls 06/09/2009 2 09-SCH B • 20 STREET OVERLAY WITH CURB•MPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Nole:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 23 AT 7.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 107.14)—ty � 6 o l 32-5 PER EACHr 24 AT 1.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 4A l�2 L(?) . (OS ILA « • to 5 • PER EACH 25 AT 6.00 RETROFIT TRUNCATED DOMES ON SQ.FT. EXISTING CURB RAMPS - I . /L2°I) PER SQ.FT. lf� AT 26 303.00 SAWCUT CONCRETE LIN.FT. l .�� 1,1'1S • . 75 PER LIN.FT. 27 962.00 SAWCUT ASPHALT AT • LIN.FT. . ■ [ 9)Cgbi • PER LIN.FT. 28 AT 40.00 CRUSHED SURFACING TOP COURSE rr -- ( TON l R • b7 X1/7 l/ 0 PER TON 29 906.00 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. - . 30 11-1 °Li • Q7`� PER LIN.FT. f 1 30 552.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT � SQ.YD. 'WC2 � • �'J 5- - O O PER SQ.YD. t AT 31 234.00 REMOVE ASPHALT AT CURB AND GUTTER ClSQ.YD. • l �./ � 6 e° 1 . PER SQ.YD. 31AT 148.00 CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. LIC . 15 2'115 . W PER LIN.FT. ✓✓ 33 145.00 CEMENT CONCRETE SIDEWALK AT r1 C SQ.YD. i� . 35 o PER SQ.YD. ! • 2009-SCHPR-bid tab.xls 06/09/2009 3 09-SCH_B 209STREET OVERLAY WITH CURB IMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) • ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 34 53.00 INSTALL ASPHALT AT CURB AND GUTTER AT TON • / ✓" . 005Z7 •OD PER TON 35 2025 TOPSOIL TYPE A AT TON / PER TON �• ` 5 1 - 15 36 83.50 INSTALL SOD AT SQ.YD. • ZS. Oa , PER SQ.YD. 37 AT 5.00 RELOCATE SIGN ..• EACH '7431) • a) / 000 . O� PER EACH f 38 AT 8.00 ADJUST UTILITY BOX IN CURB RAMP • EACH • J Go . �0 "q,� . PER EACH ( " 39 AT . 2.50 INSTALL BEAUTY BARK CU.YD. nu PER CU.YD. /5- • 40 1.00 EROSION AND SEDIMENT CONTROL �/ LUMP SUM • _ LUMP SUM °3-15()° ]`/" ° . 43) 41 1.00 FINISH AND CLEANUP LUMP SUM LUMP SUM J n • 00-0 OD SCHEDULE B TOTAL 9•x, pisca 06/09/2009 4 2009-SCHPR-bid_tab.xls 09-SCH B • 21/STREET OVERLAY WITH CURB•MPS SCHEDULE C SCHEDULE OF PRICES • UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION LUMP SUM LUMP SUM 9-S t 01X, . a) 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM 150y0 . LUMP SUM AT 3 3,488.00 HMA CL.1/2 IN.PG 64-22 TON 4"DEEP IN TWO 7 LIFTS 0 , 00 /2-,11t1/ 21t1( /leo • PER TON l 4 15,297.00 REMOVING ASPHALT CONCRETE PAVEMENT AT f SQ.YD. BY COLD PLANING-2"DEEP 1- •75 !% of (Q • 7s- PER SQ.YD. 5 AT 15,297.00 REMOVING ROAD BASE-4"DEEP �`?, SQ.YD. V 1 PER SQ.YD. 6 13.00 ADJUST MONUMENT AT EACH 2 12C . O 30 • OLD PER EACH 7 AT 6.00 ADJUST MANHOLE EACH .00 �Z0 .170 PER EACH 8 1.00 ADJUST CATCH BASIN AT EACH • [ �• w 's .0C) PER EACH • AT 9 2.00 ADJUST GAS VALVE EACH . CO PER EACH 10 10.00 4"RAISED PAVEMENT MARKER AT • EACH ' TYPE 2,BLUE / 0 .t)0 OO •co ' PER EACH 2009-SCHPR-bid_tab.xls 06/09/2009 • 1 09-SCH C • 209STREET OVERLAY WITH CU RI3MIPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS • 11. : ,..45.00 18'PLASTIC STOPBAR AT .,....- LIN.FT. • 2 • 5-0 PER LIN.FT. 12 9.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 106.1 �•�y' • °25.°25. j l 2)2 J • ZS PER EACH 13 2.00 CURB RAMP,CEMENT CONCRETE . AT EACH TYPE 4A O 72/2 2 1 • -220PER EACH L AT 14 6.00 RETROFIT TRUNCATED DOMES ON SQ.FT. EXISTING CURB RAMPS Ivo . 00 / PER SQ.FT. (� 15 130.00 SAWCUT CONCRETE AT LIN.FT. 1 • • Z • • PER LIN.FT. 16 AT 368.00 SAWCUT ASPHALT LIN.FT. / • PER LIN.FT. • �� AT 17 1,200.00 CRUSHED SURFACING TOP COURSE TON 2�' • c. 92�J 11` o • �O PER TON VV 18 302.00 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. 1 .970 Itofte . (O PER LIN.FT. G `e 19 157.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT /� q �Jr`2 SQ.YD- 225 • t o I 7 •/25 PER SQ.YD. 20 69.00 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. 21 g'] . a) PER SQ.YD. 6 2009-SCHPR-bid_Iab.xls 06/09/2009 2 09-SCH C • 21ISTREET OVERLAY WITH CURBMPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 21 12.50 CEMENT CONC.TRAFFIC CURB AND GUTTER AT - LIN.FT. / g .7e2 212`1 .fig PER LIN.FT. I AT 22 38.40 CEMENT CONCRETE SIDEWALK 2 SQ.YD. ?2 • 25 '7/1/ 2( . • PER SQ.YD. 23 18.50 INSTALL ASPHALT AT CURB AND GUTTER AT TON /V . QD /1 1- € - -at) PER TON ` l� AT 24 3.00 TOPSOIL TYPE A TON 7 5. Oct • 00 PER TON 25 AT 23.50 , INSTALL SOD sQ.YD. �i s•OD 45-Y7 5 b PER SQ.YD. AT 26 2.00 RELOCATE SIGN • EACH 9AP . Ob • UD PER EACH ()a 27 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 9 C'td1: . . 00 28 1.00 FINISH AND CLEANUP LUMP SUM LUMP SUM . t50 SCHEDULE A TOTALp �'2 7. •( 9.5%SALES TAX ON SCHEDULE A ONLY / /�,. . loci' SCHEDULE B TOTAL `� 0 SA7 • SCHEDULE C TOTAL true ; (e SCHEDULES A,B,BC TOTAL / 9,1 r 4e 0 • L)2 • 2009-SCHPR-bid_tab.xls 06/09/2009 3 09-SCH C • . III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. / DATE 13(e— NO. (e'NO. DATE NO. DATE SIGNEDL/ Q TITLE geDJ!CT RtiN/1614/4'57/075 T n NAME OF COMPANY LAWS5/DE .itJbk,577z/1S /UG ADDRESS /$80 S 5Z6--77e�" CITY/STATE/ZIP (-11.21)//f)6 7V✓t1 Gvq 98'0142- TELEPHONE 80y2-TELEPHONE ?53 !P 3/— I/ CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# % / LICENSE# Ggc�E,�I �7yT� 2009 STREET OVERLAY WITH CURB RAMPS III. PROJECT PROPOSAL • • CI'1•Y OF RENTON 5. ' BID BOND FORM • Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount Of$ _ which amount is not less than five percent of the total bid. • Sign here _ • know All Men by These Presents: • • That we, Lakeside Industries, Inc. _ • _ , as Principal, and Travelers Casualty and Surety as Surety, are held and firmly bound unto the City of Renton,as Obligee, in the penal sum of Five Percent (5 0) of amount bid---_ Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. *Company of America The condition of this obligation is such that if the Obligee shall make any award to the Principal forcAG-09-092 2009 Street Overlay with Curb Ramps according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in fall force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 3 0th - DAY OF June _ ,2009. Lakeside Industries,� Inc. 11: /lit, Principal Travelers Casualty and Surety Company of America or Surety usan B. La on Attorney-in-Fact Received return of deposit in the sum of$ 2009 STREET OVERLAY WITH CURB RAMPS WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • POWER OF ATTORNEY • TRAVELERS.1 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 221117 Certificate No. 0 0 2 9 3 9 7 8 5 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Carl Newman, Deanna M.Meyer,Karen P.Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher,Lillian Tse,Kara N.Harmala,and Benjamin L.Wolfe of the City of Rel1evue ,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 their1business 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. 15th IN WITNESS WHEREOF,the Companies have caused this instrumer td-be signed'and thei;corporate seals to be hereto affixed,this day of April 2009 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty CInsurance"Company1 St.Paul Mercury Insurance Company Fidelity and Guaranty Insurarice'Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United� States Fidelity and Guaranty Company 1'l41, Y 6 RW M INS( 'W TN.A/y I.Sf/� �' SURET *IR I J /�,_ <) ,RR 0 !�� 41�Y't't'0 O J �b' To P 'no POR•F'�i Pte' T ym: ap 8 �'_ 1977 WiCORPORAt81 len g m �,s _ fJa lW;waPORA f; F a 3 I oac k`V J In i :o t a FiARtFORD, . a 1896 4b • 1D 1951 Nq + ,.`:t�,' ��.:SE ALip � S88L,4a cor+tt o° m Ly• tiN � IFF a,s�RNraEG `'h c.f.......•,�a f >.:., 04 �,• �Dr t�N wsts•.......:ra of + le14,4A1N *'4 State of Connecticut By: Arm+, - City of Hartford ss. Georg- Fd Thompson,.ice President On this the 15th day of April 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety 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,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. "0.7E44_ In Witness Whereof,I hereunto set my hand and official seal. *IAA t ew" C . My Commission expires the 30th day of June,2011. * pl/mo * Marie C.Tetreault,Notary Public 58440-5-07 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 bytl1ority of the following resolutions adopted by the Boards ectors of Farmington Casualty Company;Fidelity and Guaranty Insurance Company, Fidelity and uaranty Insurance Underwriters, Inc., Seaboard Surety Corn y, St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries.or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance C®mpany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company_otAmerica-•and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power_ofYAttomeycexecuted by saidiCompanies,which is in full force and effect and has not been revoked. t-' ( IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the-seals of said'Companies this, J 1, day of ,20 0 ? , 1 Kori M.Johanso Assistant Secretary ASU .,. 1'L 1 YI, stry F\RE 6_",n j1 IM 1".nau'w•, aro - Y G �/(�. ��c�cq� � J ,y 1......S(i9 JPi N.pt 4)''''YOs \ F�µ0 O, 4 L V"6 a * Gr �9 r�URPOR ! G:: �O UP L,D .(0371-4. fl� c 'b' (1 _ Ri PCRATtD:. S. Y, z ! A'F ri "cP—9°RATf to ' I IID e s z o � 1977 - 1927 � � a.,—� �: •- z __..`��:�- � HARTFORD., <- HARTFORD,§ tet. n; J4 'o• CONN - n . p, �, 1898 �y ciw as , % 1951 - Nq # gys`1,70 ��,SEAL.4 vs.SERL;•D co y. �N �� �� • ' �OFNEW '�mN�o� °'1SM A >jS... ..rad �6f - N� 4 'Hr477 Att1 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 I . 0 ' . _ III. PROJECT PROPOSAL • CITY OF RENTON 5. BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men i y These Presents: That we, , as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the 5-nal sum of /I Dollars, for the payment of ich the Principal and the Surety bind themselves their heirs, executors, administrators, successors and a .igns,jointly and severally, by these pres• is_ The condition of this obligation is suc that if the Obligee shall ., e any award to the Principal for 4\>.,K according to t e terms of the proposal or bid made by 1 the Principal therefor, and the Principal s 11 duly rnak .,and enter into a contract with the Obligee in accordance with the terms of said proposal r bid/and award and shall give bond for the faithful performance thereof, with Surety or Sureties ap oved by the Obligee; or if the Principal shall, in case / of failure to do so, pay and forfeit to the 0 Tee penal amount of the deposit specified in the call for bids, then this obligation shall be nu and void; It) erwise it shall be and remain in full force and effect and the Surety shall forthwith e y and forfeit to th- Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND b •TED THIS DAY * , 2009. Principal Surety Received return of deposit in the sum of$ 2009 STREET OVERLAY WITH CURB RAMPS 1 • I , . III. PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder )( , proposed subcontractor , hereby certifies that he has x , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has , has not , filed with the Joint Reporting Committee the Director of the Office of- Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. thei5/bZ —1741,60 SIR/ .r✓C— (Company) By: LO 70'Of neeljecr /49/0Ab82 /e377minete-- Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-I.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL.DOC//bh 2009 STREET OVERLAY WITH CURB RAMPS Ili.PROJECT PROPOSAL CITY OF RENTON 7. Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that bid isgenuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and such further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of suu work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the princif contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 2009 Street Overlay with Curb Ramps Name of Project - /46 �/!'i !isTT1Ies CiJe- Name of Bidder's Firm efilz cf itaLiVit,€ signature of Authorized Representative of Bidder Subscribed and sworn to before me on this 3© day of . tAJE. , 2009. ,01111I1111/ `‘ //�' 414 • .••,,WION. 0ii 7 ' piQ �'N`� M NiD9�yS Notary Public in and for t e State of Washington O:> MAY Vin• Fier 01 ;* Notary (Print) D/f2E 5,4164- J" AI 2010 '.;s3, 00 My appointment expires: 5 I- � 2*oFwA•.•••I `►obO 2009 STREET OVERLAY WITH CURB RAMPS 111 PROJECT PROPOSAL • • , 8. Fair Practices Policy Affidavit of Compliance C.)01( CITY OF RENTON FAIR PRACTICES POLICY -N' AFFIDAVIT OF COMPLIANCE hereby onfirms and declares that (Name of contractor/subcontra or/consultant) I. It is the policy of to offer equal ( ame of contractor/subcontractor/consultant) opportunity to all qualifi-• -mployees and applicant for employment without regard to the race, creed,color,sex,national origin, age, dis. ility or veteran status. II. complies with all applicable (Name of contractor/subcontractor/consult. t) federal, state and local laws governing n$ -discrimination in employment. III. When applicable, will seek out and (Name of contrac ,r/subcontracts /consultant) negotiate with minority and wo en contractors . the award of subcontracts. Print Agent/Replesentative's Name Print Agent/Represent tive's Title Agent/Representative's Signature Date Signed J f. • y n e �15ll,l;t''�i'''�`, 2009 STRUT OVFRIAY WITH CI IRR RAMPS I•.STRFFT.PM00009‘09 Overlay 14 FAIR DOC\ - • • III PROJECTPROPOSAL 8. Fair Practices Policy Affidavit of Compliance S4111( % CITY OF KENTON .0R FAIR PRACTICES POLICY • AFFIDAVIT OF COMPLIANCE t a side Industries Inc . hereby confirms and declares that (Name of contrrctnr/suhcontrxtor/consultant) I. It is thepolicy of Lakeside Industries Inc.• _ toofferequal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age,disability or veteran status. Il. Lakeside Industries complies with all applicable (Name of contractor/subcontniclor/consultant) federal,state and local laws governing non-discrimination in employment. III. When applicable, Lakeside Industries Inc. will sock out and (Name of enntraelor/subcontraclorkensullanl) negotiate with minority and women contractors for the award of subcontracts. • Tammy Vibbert Print Agent/Representative's Name EO Offi rer , H Tman R so tre G iii rector Print Agent/Representative's Title 146k/if- 1 Agent/Representative'. Signature Il l0 Date Signed NO/STRrFT OVUM AY WITI I el IRR RAMPS I til url:rPr.Vc 7iuNi,1 rl.,...r...I. re,o rc,r 4009 Street Overlay with Curb Ran. CAG-09-092 9. SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. Complete the following: If awarded the contract, Z4 F/pe Jv/Dte5T121Ls. . .'c- will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item (s) A- (5 ( t I Subcontractor Name TA Alt)S —14 l=�-(• �-Z 6�t C. /NC Address PO ??0X t l®g P -/kir CAA- ct g0 35- Phone No. 253-SS?L-S3y3 State Contractor's License No. 1R,A/451C1-42511 Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. U1'34cyliurvic.,& Signature o1 Authorized Representative of Bidder Subscribed and sworn to be before me on this 3e) day of J LWT , 2009. y. SAGS � v:•�; iSSlpy...7"pis Notary Public in and for QQ.•c� EI,o � the State of Washington MAy 'V _*• 01 :v>� 2010 Notary (Print) Dome- A/J E/f9lPA1 • 0;:•��WAS t .•' )� Residing at � � � My appointment expires: 4/1111111110 j:\street\pms\2008\l2 sub.doc R012f16 z�1 4 " y� L - y • z'y • • • • \ t • BID PROPOSAL FROM ; ICON MATERIALS • I I 6819 5.228th St ICON Kent,WA 98032-2961 P.O.Box 88050 Tukwila,WA 98138-2050 ciry Fem rats 2009 STREET OVERLAY WITH CURB RAMPS CAG 09-092 JUN 30 2009 ci RECIVED TY C4ERK'S OFF/CE 5-6 DELIVER: June 30 2:30PM / 1 fcC CITY CLERK'S OFFICE 7th floor Renton City Hall r. 1055 South Grady Way •enton_98.05_7 , III. PROJECT PROPOSAL CITY OF RENTON PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS CAG NO.: CAG-09-092 ICON Materials COMPANY: (dba of CPM Development Corp.) BID AMOUNT: 4 2i, t)e / ADDRESS: PO Box 88050 TEL. NO.: 206 575-3200 Tukwila, WA 98138-2050 1 III PROJECT PROPOSAL 2009 STREET OVERLAY WITH CURB RAMPS Page 23 III Project Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL • S CITY OF RENTON 1. BIDDER'S CHECKLIST 1. ✓ BIDDERS CHECKLIST 7 2. PROPOSAL AND,COMBINED AFFIDAVIT AND CERTIFICATE FORM 3. i/ SCHEDULE OF PRICES 4. ✓ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. V BID BOND FORM 6. ✓ CERTIFICATION OF EEO REPORT FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority mustbe attached to the bid document. ICON Materials (dba of CPM Development Corp.) 2009 STREET OVERLAY WITH CURB RAMPS Page 24 1. Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • • CITY OF RENTON PROJECT NUMBER PROJECT NAME PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available,in accordance with the said plans,specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices in figures.) ICON Materials Printed Name: (dba of CPM Development Corp.) Signature: f •avid Gent, Asphalt Div. Manager Address: PO Box 88050 Tukwila, WA 98138-2050 Names of Members of Partnership: OR Name of President of Corporation Jeffrey S. Schaffer Name of Secretary of Corporation Paul D. Salisbury Corporation Organized under the laws of Washington With Main Office in State of Washington at Corporate office in Spokane ICON Materials office in Kent IO_PROP.DOC\ 'age 25 2. Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CPM ,DEVELOPMVMEROCORPORATION II CORPORATE OFFICE•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 P.O.BOX 3366•SPOKANE,WA 99220-3366.OFFICE:(509)534-6221 •FAX:(509)534-3839 CERTIFICATE OF AUTHORITY Please be advised,that the individuals whose names,titles and signatures appear below are authorized to execute proposals, contracts,bonds,and other documents and/or instruments on behalf of CPM Development Corporation,d/b/a ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title i ature James Radich,Vice President f---..... / ,.....40 Jeffrey D. Thomas,Operations Manager A , ,.- w David Gent,Asphalt Division Manager G��� Pat Skube,Chief Estimator (101 / i ' __ William M.Becker,Estimator/Project Manager / /Ld.Z. /�g _ B.E.Harjehausen,Construction Division Manager —��-(- Respectfully submitted, CPM DEVELOP NT CORPORATION ottattal s'. Th Susan L.Devaney 7� . Vice President of Finance and Assistant Secretary STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE ) On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this ; i T�.a of /la .A, 008. _owl 1 1 i 1 firi,,/,. -A / / .``1 r E�i :,`�,p% ignature of Notary lz ,fir • c Print or Type Name of Notary r r NOTARY PUBLIC in and for the State of Washington ''• tlio ii '�`k, t Residing at o`a� si,.4".." �i �`` My Commission expires on //-/7-O . \NLAND.._ oI wasio,t,. 9IORETE & ASPHALT C E ONCReT Central Pre-Mix Central Pre-Mix Inland Asphalt Co. Interstate Concrete ICON Materials Wenatchee Central Washington Concrete Co. Prestress Co. &Asphalt Co. Sand and Gravel Concrete III. PROJECT PROPOSAL S CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 2009 STREET OVERLAY WITH CURB RAMPS Page 26 3. Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2•STREET OVERLAY WITH CURB aPS SCHEDULE A ICON Materials (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION LUMP SUM LUMP SUM aD /_ CO • CO 2 1 PROJECT TEMPORARY TRAFFIC CONTROL 1�J� LUMP SUM 073 56 . LUMP SUM 3 549 HMA CL.1/2 IN.PG 64-22 OVERLAY AT TON LD • 06 36, .3L/ • j PER TON 4 2,345 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. BY COLD PLANING 6—" ab //I 75 • 0-0 PER SQ.YD. 5 1 ADJUST MONUMENT AT EACH o) �v�fJ/-' ' pr71 oC 5 .0-6 PER EACH 6 5 ADJUST MANHOLE AT QQ C� /- EACH 305- •0 I)/ aJ 'on PER EACH 7 8 ADJUST WATER VALVE AT EACH /76 . 0e) / 360 ' D6 PER EACH 8 2 ADJUST GAS VALVE AT EACH • °71 J 6 . CIO l PER EACH O"0(/ '�v (Q 9 AT 3 ADJUST CATCH BASIN EACH 3Q/-- �v6 PER EACH CO�.•77 / S`�� io 10 134 4"RAISED PAVEMENT MARKER AT E!POEI TYPE 1,YELLOW -. vV (7 ,81 � Z) PER EACH0(J SCJ 11 AT 32 4"RAISED PAVEMENT MARKER EACH TYPE 2d,YELLOW 4 ,Sly /�L/ .0 . PER EACH �"� 12 3 4"RAISED PAVEMENT MARKER AT EACH TYPE 2,BLUE /D .0-6 .36. •ow) PER EACH Page 27 2009-SCHPR- Providec'� ' ers Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale -nId-tan.x( nn.ci^u A e 20•TREET OVERLAY WITH CURB APS SCHEDULE A ICON Materials (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS i 13 AT 460 PLASTIC CROSSWALK , LIN.FT. 3 -0-b • O a) PER LIN.FT. / 14 •AT 32 18'PLASTIC STOPBAR LIN.FT. L/ .so / p- . Ji7� PER LIN.FT. �(J 15 AT 3 INDUCTION LOOPS EACH ( . a 6/7 c26 . !b PER EACH 16 2 CURB RAMP.CEMENT CONCRETE AT EACH TYPE 106.1 94 U v'X71 ll 0 6 4 ■ rO PER EACH 17 14 SAWCUT CONCRETE `� LIN.FT. g.cc) 77 .00 PER LIN.FT. 18 64 SAWCUT ASPHALT AT LIN.FT. ■06 /t3 ■ 100 PER LIN.FT. 19 AT 4 CRUSHED SURFACING TOP COURSE • TON qD . Vv 3l� . vU PER TON 20 56 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. 15. 06 340 . 06 PER LIN.FT. vv 21 26 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. ..5, • VV V PER SQ.YD. 22 12 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. D 65 ' 786 . O PER SQ.YD. l /v 23 3 INSTALL ASPHALT AT CURB AND GUTTER AT TON �T /°/�`J Ce) / 7`7`' / • L)V PER TON AT 24 1 TOPSOIL TYPE A TON C UV' v v 3O - on PER TON Page 28 2009 SCHPR-bd t Provided fairs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale bnitUr.Nab.xls n 2•STREET OVERLAY WITH CURB ASPS SCHEDULE A ICON Materials (dba of CPM Development Corp.) 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 25 5 INSTALL SOD AT J�f� j SQ.YD. 2J .,yj J •`tip PER SQ.YD. 26 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM / S . 27 1 FINISH AND CLEANUP LUMP SUM LUMP SUM c,?j /06 • CO SCHEDULE A TOTAL /0I 3�O . 06 Page 29 2009SCHPR-bid tab.zls Provided} 40rs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale nc�sr.H A 2•STREET OVERLAY WITH CURB *IPS • SCHEDULE B ICON Materials (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS .. • .- I . .. 1 1.00 MOBILIZATION LUMP SUM LUMP SUM /Q c2/ J5Z) . 06 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM /�Ol o f • 00 LUMP SUM (/(�J CJ 3 7,498.00 HMA CL.1/2 IN.PG 64-22 OVERLAY AT TON 6 PER TON 6 • 2/72/ 86e • VV 4 13,555.00 REMOVING ASPHALT CONCRETE PAVEMENT AT P17� SQ.YD. BY COLD PLANING 3 . �/� 40, 645 • Ky�y� J PER SQ.YD. 5 REMOVE ACP FROM TOP OF GUTTER AT 200.00 `�� //� • rn ob1 LIN.FT. /A • J'� 1 /'w PER LIN.FT. 6 4.00 ADJUST MONUMENT AT EACH Cac . qOD • j�/� PER EACH ��✓ 7 ADJUST MANHOLE AT 44.00 �7l J /// m1 EACH 3 5 . ✓' ) / 6; 7` D • Vv PER EACH 8 44.00 ADJUST WATER VALVE AT EACH /6T. � ��3C PER EACH 9 8.00 ADJUST CATCH BASIN AT 00 EACH 35, 3, p QO • o PER EACH vv 10 3.00 ADJUST GAS VALVE AT EACH eco . ob 7 O, .od PER EACH 11 AT 4,126.00 4"RAISED PAVEMENT MARKER EACH TYPE 1,YELLOW . t 7b 3) ? S ? . 0� PER EACH Page 30 2009-SCHPR-bid tab.xls Provided°to tiq/up�9 iluers Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale O9 SCH_B 20•TREET OVERLAY WITH CURB IPS ICON Materials SCHEDULE B (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS AT 12 470.00 4"RAISED PAVEMENT MARKER EACH TYPE 2d,YELLOW 5 • I G 35O PER EACH ) 13 AT 897.00 4"RAISED PAVEMENT MARKER EACH TYPE 1,WHITE p? • v6 /1 79 / •C) PER EACH 14 AT 175.00 4"RAISED PAVEMENT MARKER EACH TYPE 2e,WHITE II' 0 70 • PER EACH 15 AT 28.00 4"RAISED PAVEMENT MARKER q EACH TYPE 2,BLUE /O l/(/ O��J O • v I/ PER EACH • 16 PLASTIC CROSSWALK AT 1,870.00 �l LIN.FT. 3 • vv 5 /O • In PER LIN.FT. 17 18"PLASTIC STOPBAR AT 211.00 LIN.FT. • ■ I) I,O5s • CD PER LIN.FT. 18 PLASTIC ARROW AT EH • 36 � EAACC3F H //(J • 06 PER EACH 19 INDUCTION LOOPS AT 18.00 EACH (‘es ■ 06 J/ p • soy PER EACH 20 4"WHITE EDGE OF ROAD LINE AT 5,584.00 • LIN.FT. / • Oti5g Sq • 60 PER LIN.FT. 21 AT 2.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 105.1 q UV . I, 5e6 • 00 PER EACH 22 24.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 106.1 q W • VV cv,I, 663 ■ 06 PER EACH Page 31 2009-SCHPR-bid tab.xis Provided eiggagrs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 09-SCH_a • 2•STREET OVERLAY WITH CURB IPS ICON Materials SCHEDULE B (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 23 AT 7.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 107.1 CiO/�f oz) ‘, 3o • PER EACH 24 AT 1.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 4A 9 . V V PER EACH 25 6.00 RETROFIT TRUNCATED DOMES ON AT SQ.FT. EXISTING CURB RAMPS p , Ob 3 . or) PER SQ.FT. 26 303.00 SAWCUT CONCRETE AT LIN.FT. 6 . 6-6 / g6 g PER LIN.FT. 27 962.00 SAWCUT ASPHALT AT LIN.FT. ? . Fe) �I CI)L/ . vV PER LIN.FT. / r 28 40.00 CRUSHED SURFACING TOP COURSE AT TON 3 � 36 q3� . OD PER TON � ' 29 906.00 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. 7. Z3110R. OD PER LIN.FT. 30 552.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. /171 .0 7735. 00 PER SQ.YD. 31 234.00 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. �J� J� /ZV!� 1/r !� 6 616 • PER SQ.YD. 31 148.00 CEMENT CONC.TRAFFIC CURB AND GUTTER AT 9 LIN.FT. j}�l�1 S • vV 3 70 • PER LIN.FT. 33 145.00 CEMENT CONCRETE SIDEWALK AT 7 �l 1J`� SQ.YD. 3�.J ■ Ve' -! 6 6c• 00 PER SQ.YD. Page 32 2009-SCHPR-bid tab.xls Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale . 09-sCH_B • 20•TREET OVERLAY WITH CURB ISPs ICON Materials SCHEDULE B (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS • • 34 53.00 INSTALL ASPHALT AT CURB AND GUTTER AT / � QQ�CC QQ J� TON /6o? . VJ</� - PER TON 35 20.25 TOPSOIL TYPE A AT /� TON �a ' I/(/ / O 3 •cTO PER TON AT 36 83.50 INSTALL SOD SQ.YD. p�7�• V V 36-AI ' PER SQ.YD. 37 AT 5.00 RELOCATE SIGN EACH 3c0 . I SV PER EACH 38 AT 8.00 ADJUST UTILITY BOX IN CURB RAMP /C y� EACH 615 ■ 5- 10 •10-D PER EACH 39 AT 2.50 INSTALL BEAUTY BARK //, . �80 CU.YD. PER CU.YD. 40 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 3080 • 00 41 1.00 FINISH AND CLEANUP � ��� LUMP SUM LUMP SUM SCHEDULEBTOTAL 1, OQ17170 Page 33 as�0g2ppg 4 2009-SCHPR-bid_tab.xis 09-SCH_B Provided L0 t ?c)ers Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • • 20•TREET OVERLAY WITH CURB II IPS ICON Materials SCHEDULE C (dba of CPM Development Corp.) 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS t' 1 1.00 MOBILIZATION LUMP SUM LUMP SUM 213 S-75 • 06 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM tP 4 075 . v(� LUMP SUM AT 3 3,488.00 HMA CL.1/2 IN.PG 64-22 TON 4"DEEP IN TWO 2"LIFTS • c PER TON ✓ 6 tv 4 15,297.00 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. BY COLD PLANING-2"DEEP 3 sots 4s u q/ . oz) PER SQ.YD. 5 AT 15,297.00 REMOVING ROAD BASE-4"DEEP SQ.YD. [ • V JJ6 (9/ PER SQ.YD. AT 6 13.00 ADJUST MONUMENT p� EACH �c(5 . S • L/U PER EACH 7 AT 6.00 ADJUST MANHOLE !� EACH gg5. vV g 3 `1) • an PER EACH AT 8 1.00 ADJUST CATCH BASIN EACH 3 0. 365 . 0-0 PER EACH 9 2.00 ADJUST GAS VALVE AT EACH 06 60 . vV PER EACH 10 10 00 4"RAISED PAVEMENT MARKER AT EACH TYPE 2,BLUE /0 . ( /PO • CO PER EACH Page 34 2009-SCHPR-bid_tab.xls Providedgt(Mars Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 09-SCH_C • 20•TREET OVERLAY WITH CURB LIPS ICON Materials SCHEDULE C (dba of CPM Development Corp.) 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 (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 11 AT 45.00 18"PLASTIC STOPBAR LIN.FT. 5 •C6 C2 as ■()-C) PER LIN.FT. 12 9.00 CURB RAMP,CEMENT CONCRETE AT J� EACH TYPE 106.1 q I/) ■ VV/� g /06 . 0-0 PER EACH AT 13 2.00 CURB RAMP,CEMENT CONCRETE � EACH TYPE 4A ! o ■ a/ 1, g oo • 06 PER EACH 14 6.00 RETROFIT TRUNCATED DOMES ON AT SQ.FT. EXISTING CURB RAMPS 6(2 • t) 3 7c. . PER SQ.FT. 15 130.00 SAWCUT CONCRETE AT LIN.FT. 5 .51) 7/5 ■ vV PER LIN.FT. 16 AT 368.00 SAWCUT ASPHALT LIN.FT. c • !b 73 •06 PER LIN.FT. 17 1,200.00 CRUSHED SURFACING TOP COURSE AT TON �1• �t�� //� • PER TON 7� 18 302.00 REMOVE CONCRETE CURB AND GUTTER AT /� LIN.FT. / . S V 3 775. PER LIN.FT. 19 157.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT ��}} / [' SQ.YD. /5• R36O� .JV PER SQ.YD. 20 69.00 REMOVE ASPHALT AT CURB AND GUTTER AT / SQ.Yu. < 7 5 .r� PER SQ.YD. Page 35 2009-SCHPR-bidtab.xls Provided " rs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 09-sCH C • 20•TREET OVERLAY WITH CURB APS • ICON Materials SCHEDULE C (dba of CPM Development Corp.) 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 21 AT 12.50 CEMENT CONC.TRAFFIC CURB AND GUTTER 33 LIN.FT. . ce) 2.-/Q .cO PER LIN.FT. 22 38.40 CEMENT CONCRETE SIDEWALK AT / � SQ.YD. 35- . 60 / 3//�`/7 . 60 LJ-7� PER SQ.YD. AT 23 18.50 TON INSTALL ASPHALT AT CURB AND GUTTER 33 . 06 1 5-35 PER TON 24 3.00 TOPSOIL TYPE A AT �J� TON //6 . 06 536 • JW PER TON 25 AT 23.50 INSTALL SOD � / z SQ.YD. /! �■ 0 q3 .5O PER SQ.YD. 26 2.00 RELOCATE SIGN AT �j6/� �J� EACH 3 . 1/� 7g6 . PER EACH 27 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM /7,26 ■66 28 1.00 FINISH AND CLEANUP f C�' LUMP SUM LUMP SUM `, ! 5D ■V�/ SCHEDULE A TOTAL //0,36 . 9.5%SALES TAX ON SCHEDULE A ONLY /OI 1/3/ ■ /(� SCHEDULE B TOTAL / OO 72/0 • CO SCHEDULE CTOTAL )5// SCHEDULESA,B,BC TOTAL / 634/5 ‘o 5 Page 36 2009-SCHPR-bid_tab.xls ProvidedaricSEMrs Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 09-SCH_C III. PROJECT PROPOSAL • CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. 1 DATE 6-15-09 NO. DATE NO. DATE SIGNED avi• Gent TITLE Asphalt Division Manager ICON Materialb NAME OF COMPANY (dba of CPM Development Corp.) ADDRESS PO Box 88050 CITY/STATE/ZIP Tukwila, WA 98138-2050 TELEPHONE 206 575-3200 CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# BL 020544 LICENSE# ICONM**982CF 2009 STREET OVERLAY WITH CURB RAMPS Page 37 4. Acknowledgement of Receipt of Addenda Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL • • CITY OF RENTON 5. BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 5% of Amount Due which amount is not less than f • I•rc• of the total bid. Sign here Know All Men by These Presents: That we, ICON Materials (dba of CPM Development Corp.) as Principal, and Fidelity & Deposit Co. of Maryland as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five percent of bid amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for CAG 09-092 2009 St Overlay with Curb Ramps according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 30 DAY OF June 2009.Corp. IC• ••, . erials • •a o `rincipal David Gent Asphalt Div. Manager Fidelity & Deposit Co. of Maryland Surety Att ney-in- act Received return of deposit in the sum of$ - 2009 STREET OVERLAY WITH CURB RAMPS Page 38 5. Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • r Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by M.P.HAMMOND,Vice President,and GERALD F.HALEY,Assistant Secretary, in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company, . are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date h� e. .dds'17-by nominate,constitute and appoint David GENT,Bruce HARJEHAUSEN,Laurie A.PINA' Qr• ''�� D I p:� san QUINZEL, James RADICH and Paul D.SALISBURY,all of Kent,W. �� `g� �j`� 44its .i �t TL' -nt and Attorney-in- Fact,to make,execute,seal and deliver,for,and on•;e '�" `� ,a s .- ' "•. ,,+ i'•'.:Any and all bid bonds issued on behalf of ICON Materials(d `I'P ,p t r` pPAR,�'ent,Washington each in a penalty not to eed thsaid C.sum of 1,000 01,1�� .aion • ;��`v a��oasnf the gs in had been dulrsuance of yese executedpresents,shallbe as bindingupon ` o Tj i purposes, Y acknowledged by th• - a e =-r r* !�-r. e- e Company at its officin Baltimore,Md.,in their own proper persons. This power of attorne y`(�.�}g- th .—. on behalf of David GENT,Bruce HARJEHAUSEN,Laurie A.PINARD,Jeffrey D.THOMAS,Susan V'1-'i ,James RADICH,Paul D.SALISBURY,dated September 27,2006. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 10th day of October, A.D.2006. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND pip DEP psr /tel+cP"�vf O C4.*aliv0 By: Gerald F. Haley Assistant Secretary M. P. Hammond Vice President State of Maryland ss: City of Baltimore f On this 10th day of October, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came M.P.HAMMOND,Vice President,and GERALD F. HALEY,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. o�aa0S R.it%y Ry Maria D.Adamski Notary Public My Commission Expires: July 8,2007 POA-F 020-8022U • • • EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND • "Article VI,Section 2.The Chairman of the Board, or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile ormechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made•heretofore or hereafter, wherever appearing-upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 30th day of June , 2009 - -7. Assistant Secretary 'III. PROJECT PROPOSAL • • CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT:OPPORTUNITY REPORT Certification with regard to.the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder A , proposed subcontractor_, hereby certifies that he has X , has not_, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114.or 11246, and that he has ,)( , has not , filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. ICON Materials (dba of CPM Development Corp.) (Company) :y: David Gent • Jun 30, 2009 Asphalt Division Manager Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors' and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL.DOC//bh 2009 STREET OVERLAY WITH CURB RAMPS Page 39 6. Certification of Equal Employment Opportunity Report Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III.PROJECT PROPOSAL 4111 CITY OF RENTON 7.Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 2009 Street Overlay with Curb Ramps Name of Project ICON Materials (dba of CPM Development Corp.) Name of Bidder's Firm David Gent Asphalt Division Manager • Signature of Authorized Representative of Bidder Subscrl6ed and sworn to before me on this 24 -day of June , 2009. e1-lEly Ili' E-112,2--71} �c ✓z( ow.vitil_� M o�a 4 Notary Public in and for the State of Washington 4 ot j4,,S —moi s 4'•-. '` Is. leallotary (Print) Ellen Roth • i Ir. 4, 4460 1 s My appointment expires: June 29, 2012 +`��it 14 9.W2�" .c0 mss' hrrfl`gSH� ` �. pagions7R . fieKli lP,tb��n Form: Non-Collusion,Anti-Trust,and Minimum Wage Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale \ R#x� z» " zz c 'a ~y\ ` > » \k ` ? a . a . ' % � %2 / w � - ! ` \% � � \ ' • A» / y kE{'it . • r§g: • �.�� • IItiPROJECT PROPOSAL • 8. 1 Practices Policy Affidavit of tnpliance CITY OF RENTON GSly0 • FAIR PRACTICES POLICY �. AFFIDAVIT OF COMPLIANCE ICON Materials (dba of CPM Development Corp.) hereby confirms and declares that (Name of contractor/subcontractor/consultant) ICON Materials I. It is the policy of (dba of CPM Development Corp.) to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age, disability or veteran status. ICON Materials (dba of CPM Development Corp.) II. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. ICON Materials III. When applicable, (dba of CPM Development Corp.) . will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. David Gent Print Agent/Representative's Name Asphalt Division Manager Print Agent/Representative's.Title gent/Representative's Signature June 30, 2009 Date Signed Page 41 8. Fair Practices Policy Affidavit of Compliance Provided to Rackgtc alfatkaylwage Conditions Agreement see www.bxwa.con : ifl 9,c0 rlavua FAIR.DOC1 • An6'7009 Street Overlay with Curb Ramp 11, CAG-09-092 9. SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. Complete the following: ICON Materials If awarded the contract, (dba of CPM Development Corp.) will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item(s) 4 6, 6/7 Subcontractor Name _ / -. Address eo, /� /(Q /e / V Phone No. (& I /35' tate Contractor's License No. 7MR(y5E/�S-0 / Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Signa 1. e of Authorized Representative of Bidder D. id Gent Asphalt Division Manager Subscribed and sworn to be before me on this 24 day of June , 2Q09. , Woac_ veN �4/4• Ellen Roth .ygi`o"k'"%�,, _ // Notary Public in and for +04.s.�.�, the State of Washington •cn a, �. A ii AG84‘G // 'Y41620_11,s-i Notary (Print) Ellen Roth 1"111%`""..• 4e " Residingat Bonney Lake tt``W;SN\vqq%\� ���� My appointmentexpires:ex : June 29, 2012 Page 42 9. Subcontractor List ProvidedtereagragootaNA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify ScaI evised 9/2006 • • i • dry., ind .• T Bidder: Woodworth&Company, Inc. Aik 1200 East D Street IP Tacoma, WA 98421 (253) 383-3585 Project: 2009 Street Overlay with Curb Ramps CAG No.: CAG-09-092 Bid Date: June 30, 2009 Bid Time: 2:30 PM Crryn, I ON JUN 3 -009i ciry,Rec,,ew. ...QFFBc tt,s, SEALED BID /1,4 Renton City Hall City Clerk Office—7th Floor 1055 South Grady Way Renton, WA. 111111111111111.1.1.1111111.1111111111.161111.1.11.1111.1111111011111111.11.10' ---- __.-- ___-- ----- 6 \ ,1- \\,\\\\\ ,‘ \ , • , . , . , . .-,--.7-- , \.. \ . ' \ \ \ . , \ \ . \ \ . \ \ , , \ \ ' \ , \ \ \ \ \ \ , . \ - \ . . \ . \ \ \ _-- 0 III. PROJECT PROPOSAL CITY OF RENTON PROJECT: 2009 STREET OVERLAY WITH CURB RAMPS CAG NO.: CAG-09-092 COMPANY: Woodworth & Company, Inc. BID AMOUNT: , ,D__,DA S 1 ADDRESS: 1200 East D Street TEL. NO.: (253) 383-3585 Tacoma, WA 98421 III PROJECT PROPOSAL 2009 STREET OVERLAY WITH CURB RAMPS Page 23 III Project Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • • III..PROJECT PROPOSAL CITY OF RENTON • 1. •. BIDDER'S CHECKLIST 1. BIDDERS CHECKLIST 2. PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM 3. ./ SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. ° BID BOND FORM 6. °" CERTIFICATION OF EEO REPORT 7. ' FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. 2009 STREET OVERLAY WITH CURB RAMPS Page 24 1. Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale e } ' • CITY OF RENTON PROJECT NUMBER PROJECT NAME PROPOSAL TO THE CITY OF RENTON • RENTON,WASHINGTON Ladies and/or Gentlemen: • The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices in figures.) Printed Name: . Woodworth & Company, Inc. Signature: x <V. Jeffrey A. Woodworth 120 ',est D Street Address: Tacoma, WA 98421 Names of Members of Partnership: • fl Pf • OR Name of President of Corporation Jeffrey A. Woodworth Name of Secretary of Corporation William Storks Corporation Organized under the laws of Washington With Main Office in State of Washington at 1200 East D Street,Tacoma, WA 98421 • I0_PROP.DOC\ Page 25 2. Proposal . Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL • • CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID • T I 2009 STREET OVERLAY WITH CURB RAMPS Page 26 3. Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • • 209STREET OVERLAY WITH CURB RAPS SCHEDULE A • • 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 (Nolo:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS:) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION DO LUMP SUM LUMP SUM � CO 2 1 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM D 1 6-DO . 00 LUMP SUM ��7 AT 3 549 HMA CL.1/2 IN.PG 64-22 OVERLAY �j � TON PER TON �" 9 • S 351 cs 14 -7 • 75 AT 4 2,345 REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. BY COLD PLANING L4 . 1 0 1 1 \ • PER SQ.YD. AT 5 1 ADJUST MONUMENT EACH d �S •O a (>3 • go PER EACH AT 6 5 ADJUST MANHOLE EACH q J • bo 1 I q `1 S • DO PER EACH AT 7 8 ADJUST WATER VALVE /� PER EACH EACH c'1 I (D 0 • ®L1 • AT 8 2 ADJUST GAS VALVE • ((�'�� EACH a`"15. GI 0 • co PER EACH 9 AT 3 ADJUST CATCH BASIN �� � EACH 3 1 C� -_e0 i t J , 0 PER EACH AT 10 134 4"RAISED PAVEMENT MARKER EACH TYPE 1,YELLOW • rin a • i PER EACH 11 AT 32 4"RAISED PAVEMENT MARKERtJ EACH TYPE 2d,YELLOW L-} • Q-1 13 0 1 PER EACH AT 12 3 4"RAISED PAVEMENT MARKER '1'1 EACH TYPE 2,BLUE B a(D • I PER EACH 2009-SCHPR-bid tab.xls PROPOSAL 1 09-SCH_A Page 27 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale . . 200ATREET OVERLAY WITH CURB RAIPS SCHEDULE A - , 1 . 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO, QUANTITY DOLLARS DOLLARS . . .... . . . .. ._ , .. ._ . . .; 13 AT . . . „. . ... . . ... . . .. 460 PLASTIC CROSSWALK LIN.FT. Q - ----4- 1 0 q D .PER LIN.FT. 14 AT 32 18"PLASTIC STOPBAR LIN.FT. Li 1 fl I PER LIN.FT. 15 'AT 3 INDUCTION LOOPS EACH • 5 • °° PER EACH AT 16 2 CURB RAMP,CEMENT CONCRETE EACH TYPE 106.1 t Q • 00 , 0 (60 we0 PER EACH 17 14 SAWCUT CONCRETE . LIN.FT. ) PER LIN.FT. AT 18 64 SAWCUT ASPHALT • LIN.FT. 1 . (X) 64 . 00 PER LIN.FT. 19 TAT 4 CRUSHED SURFACING TOP COURSE TON D • DD C)C) • 00 PER TON I 'AT 20 56 REMOVE CONCRETE CURB AND GUTTER LIN.FT. ra t . 1 apq P00 PER LIN.FT. I AT 21 26 REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. IAD . CD \ Dqo - 00 PER SQ.YD. 1 AT 22 12 REMOVE ASPHALT AT CURB AND GUTTER SQ.YD. L4 * C° a,-6 Reo . PER SQ.YD. AT 23 3 INSTALL ASPHALT AT CURB AND GUTTER TON i ) S. C° PER TON AT 24 1 TOPSOIL TYPE A TON t DD • cb PER TON 2009-SCHPR-bIttab.xls PROPOSAL 2 09-SCH_A Page 28 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • • 20PSTREET OVERLAY WITH CURB-RAPS • SCHEDULE A 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 Mow SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS , I 25 5 INSTALL SOD AT SQ.YD. °D 5r • C° PER SQ.YD. 26 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM a 00 co 27 1 FINISH AND CLEANUP LUMP SUM LUMP SUM I 50 . °O SCHEDULE A TOTAL 85, rl 2009-SCHPR-bid tab.xls PROPOSAL 3 09-SCH_A Page 29 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2SSTREET OVERLAY WITH CURB RAGS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS i 1 1.00 MOBILIZATION LUMP SUM LUMP SU •M DCS 00 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM LUMP SUM (OS (0 00 • op AT 3 7,498.00 HMA CL.1/2 IN.PG 64-22 OVERLAY TON 6 IA 'r-15l- 6 ) 95 ' 5 ) PER TON 'AT 4 13,555.00 REMOVING ASPHALT CONCRETE PAVEMENT 0 SO.YD. BY COLD PLANING :1 so 15-3 j-3 •SO PER SQ.YD. v 1 5 200.00 REMOVE ACP FROM TOP OF GUTTER AT LIN.FT. i • PER LIN.FT. l v AT 6 4.00 ADJUST MONUMENT a. 5- DD t 1 • °D EACH 1 PER EACH 7 44.00 ADJUST MANHOLE AT ()IS Q� EACH c 1 i-�l V 0 •c9 PER EACH AT 8 44.00 EACH ADJUST WATER VALVE a q5 CD c6O • CO VI, PER EACH • r✓J AT 9 8.00 ADJUST CATCH BASIN EACH t(� S� ` too • 00 PER EACH AT 10 3.00 ADJUST GAS VALVE EACH a q S • oD . LJ PER EACH 11 AT 4,126.00 4"RAISED PAVEMENT MARKER EACH TYPE 1,YELL0W 91 303 • oa PER EACH 2009-SCHPR-bid_Iab.xls 06/09/2009 1 09-SCH_B Page 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 20•STREET OVERLAY WITH CURB RAGS SCHEDULE B 1 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 (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS AT 12 470.00 4"RAISED PAVEMENT MARKER �'j EACH TYPE 2d,YELLOW L. I I ` C' 5 C\ I •q 0 PER EACH 1 13 AT 897.00 4'RAISED PAVEMENT MARKER h EACH TYPE 1,WHITE l . `1 0 I 15 a 4 • clJ� V PER EACH • 14 AT 175.00 4"RAISED PAVEMENT MARKER •0 j, (J EACH TYPE 2e,WHITE I ■ q DD PER EACH 15 • 28.00 4"RAISED PAVEMENT MARKER AT 5 f,, EACH TYPE 2,BLUE B /19 .Li • 5(0 PER EACH 16 PLASTIC CROSSWALK AT 1,870.00 LIN.FT. D._ •- -1 Lf • 9[Jjj�� PER LIN.FT. I 17 211.00 18"PLASTIC STOPBAR AT LIN.FT. Li ■ I ri B 11 • (67 PER LIN.FT. 1 18 PLASTIC ARROW AT 10.00 CC�� /�� EACH J • `'v .63D • PER EACH 19 18.00 INDUCTION LOOPS AT ` r1y"l EACH 5q�1 •� 1®/ �Q .co PER EACH 20 5,584.00 4"WHITE EDGE OF ROAD LINE AT LIN.FT. 7��/ • l 1 q Li q " a? PER LIN.FT. 21 AT 2.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 105.1 L 06• CD _ . C`V • 00 PER EACH AT 22 24.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 106.1 \ 1 'a • CC) a (0 v T— LA • CD PER EACH ) 2009-SCHPR-bid_tab.xls 06/09/2009 . 2 09-SCH_B Page 31 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2.STREET OVERLAY WITH CURB RA1S SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 23 7.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 107.1 �• ®. B i LAOD • 00 PER EACH 24 AT 1.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 4A \ )�0.CD 1 •00 PER EACH 25 AT 6.00 RETROFIT TRUNCATED DOMES ON SQ.FT. EXISTING CURB RAMPS 1 E3 .0b q c I V .op PER SQ.FT. 26 303.00 SAWCUT CONCRETE AT j� / . LIN.FT. •/�`.'`i /_ D f_ OV PER LIN.FT. t0 �C�' 27 962.00 SAWCUT ASPHALT AT LIN.FT. I • (i 6D -`1 . tel PER LIN.FT. -1 • 28 AT 40.00 CRUSHED SURFACING TOP COURSE TON SD .DC) a1 DOD . 00 PER TON 29 906.00 REMOVE CONCRETE CURB AND GUTTER AT .COLIN.FT. CO aDt (V 3B ■ PER LIN.FT. 30 552.50 REMOVE CONCRETE SIDEWALK/CURB RAMP AT (� 1 SQ.YD. �� •( '"1 I 1 1 Lc • PER SQ.YD. AT 31 234.00 REMOVE ASPHALT AT CURB AND GUTTER II /� �� SQ.YD. �O • (p) V `` .00 • PER SQ.YD. 31 148.00 CEMENT CONC.TRAFFIC CURB AND GUTTER AT (�/� LIN.FT. as • co 3 a 5 00 • PER LIN.FT. AT 33 145.00 CEMENT CONCRETE SIDEWALK 4a � ) � �� t-'� SQ.YD. •r-15 . f 5 PER SQ.YD. 2009-SCHPR-bid_tab.xls 06109/2009 3 09SCH_B Page 32 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see.www.bxwa.com-Always Verify Scale • 20�STREET OVERLAY WITH CURB RAGS SCHEDULE B • SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS • . - . AT 34 53.00 INSTALL ASPHALT AT CURBAND GUTTER � . 1 55 TON PER TON AT 35 20.25 TOPSOIL TYPE A ff^^�� TON I Vb • "`.' J'�, a S • PER TON c� t v AT 36 83.50 SQ.YD. INSTALL SOD .ND �®5 PER SQ.YD. 37 AT 5.00 RELOCATE SIGN f •00 O� EACH l 5D . PER EACH 38 AT 8.00 ADJUST UTILITY BOX IN CURB RAMP a OD'CV I b�D Ob EACH • PER EACH ) / 39 AT 2.50 INSTALL BEAUTY BARK CU.YD. l OD. 00 as() • 00 PER CU.YD. 40 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM --LLJJ 41 1.00 FINISH AND CLEANUP /1 LUMP SUM LUMP SUM 150 00 SCHEDULE B TOTAL By-3 c T q .43 2009-SCHPR-bid_tab.xls 06/09/2009 4 09-SCH_B Page 33 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale a • • 200ITREET OVERLAY WITH CURB RAGS • SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION LUMP SUM LUMP SUM /'� C-)D ■ W 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM 3q s DB LUMP SUM AT 3 3,488.00 HMA CL.1/2 IN.PG 64-22 TON 4"DEEP IN TWO 2"LIFTS L7 l l e r 5 aS) ,l 1 PER TON 1 � AT 4 15,297.00 REMOVING ASPHALT CONCRETE PAVEMENT SQ.YD. BY COLD PLANING-2"DEEP • S5 ' PER SQ.YD. •' -1 81 1 s 5 AT 15,297.00 REMOVING ROAD BASE-4"DEEP SQ.YD. PER SQ.YD. I AT 6 13.00 EACH ADJUST MONUMENT • a q 5 • Co 3 8 S • ©/Z PER EACH 7 AT 6.00 ADJUST MANHOLE aCOI� I EACH 1 S • �V � l V • of) PER EACH AT 8 1.00 ADJUST CATCH BASIN EACH Jqs• ot) ' 5 • 03 PER EACH 9 2.00 ADJUST GAS VALVE AT EACH vC (�1 s• 5 0(1 • ob PER EACH AT 10 10.00 4"RAISED PAVEMENT MARKER � (8 � • � 7� EACH TYPE 2,BLUE . ( U PER EACH 2009-SCHPR-bld_tab.xls 06109/2009 1 09-SCH_C Page 34 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.Com-Always Verify Scale 20PSTREET OVERLAY WITH CURB RAMPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL.EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Hole: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 11 AT 45.00 18"PLASTIC STOPBAR LIN.FT. LI . 1 fl l Q.-7 ■ 05 PER LIN.FT. C AT 12 9.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 106.1 I . CZ t \ 1 . OD 111 D. - PER EACH 13 2.00 CURB RAMP,CEMENT CONCRETE • AT EACH TYPE 4A I ) CO.a© �f DO I • PER EACH l 14 6.00 RETROFIT TRUNCATED DOMES ON AT �'1f�� l l SQ.FT. EXISTING CURB RAMPS )5 ■W l 3D . 00 PER SQ.FT. 15 130.00 SAWCUT CONCRETE AT - ., LIN.FT. D • on a b • oa PER LIN.FT. 16 AT 368.00 SAWCUT ASPHALT jj��, LIN.FT. r -' . OV' 3( B . co PER LIN.FT. lC3 AT 17 1,200.00 CRUSHED SURFACING TOP COURSEf�,/� TON PER TON a ( •cop 5D I DO • OD AT 18 302.00 REMOVE.CONCRETE CURB AND GUTTER �/� LIN.FT. 1 1 a • `'v 3)6 i . O PER LIN.FT. AT 19 157.50 REMOVE CONCRETE SIDEWALK/CURB RAMP Q (� SQ.YD. l.J .�D i 13"� . 0L PER SQ.YD. AT 20 69.00 REMOVE ASPHALT AT CURB AND GUTTER M �f� SQ.YD. 1 q • W 1 1 1 I .0lJ PER SQ.YD. a 2009-SCHPR-bid_lab.xis 06/09/2009 2 09-SCH_C Page 35 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I • • • 20OTREET OVERLAY WITH CURB RAPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS • __. 21 AT 12.50 CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. . C 3 J7 . • PER LIN.FT. 22 38.40 CEMENT CONCRETE SIDEWALK AT a SQ.YD. 5 D • l�l_l I ) _i a o • Db PER SQ.YD. 23 18.50 INSTALL ASPHALT AT CURB AND GUTTER AT TON i 35 CIDa y C( � •5b PER TON 24 3.00 TOPSOIL TYPE A AT TON . 500 .©O PER TON 25 AT 23.50 INSTALL SOD �� .04) � 9 05 ,©� SQ.YD. PER SQ.YD. AT 26 2.00 RELOCATE SIGN J/�� EACH QCT.Ob LI OD • Clip PER EACH 27 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM l I O ■ Clb 28 1.00 FINISH AND CLEANUP /�t/1 LUMP SUM LUMP SUM c SCHEDULE A TOTAL BS r--1 l • �.j`� 9.5%SALES TAX ON SCHEDULE A ONLY t 1 'D_Cc . 30 SCHEDULE B TOTAL t)-) 1 `'1 • q3 SCHEDULE C TOTAL y JStEAC-7 • SCHEDULES A,B,&C TOTAL 1 ?)(.0 . 5e • 2009-SCHPR-bid_tab.xls 06/09/2009 3 09-SCH_C Page 36 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .•• • III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE 6/15/09 NO. DATE NO. DATE 1 SIGNED TITLE Jeffrey A. Woodworth, President NAME OF COMPANY Woodworth & Company, Inc. • ADDRESS 1200 East D Street CITY/STATE/ZIP Tacoma WA 98421 TELEPHONE (253) 383-3585 CITY OF RENTON BL.024247 STATE CONTRACTORS BUSINESS LICENSE# LICENSE# WOODW**377N0 • 2009 STREET OVERLAY WITH CURB RAMPS Page 37 4. Acknowledgement of Receipt of Addenda Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL ` CITY OF RENTON • 5. BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, Woodworth &Company, Inc. , as Principal, and Travelers Casualty and Surety Company of A r' maS surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent(5%) of Total Amount of Accompanying Proposal Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for_ 2009 Street Overlay with Curb Ramps according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in fullforce and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 30th DAY OF June , 2009. Woodworth & m By: Principal Jef rey A. Woodworth, President Travelers Casualty and Surety Company of America Surety aren J. Smith,Attorney-In-Fact Received return of deposit in the sum of$ 2009 STREET OVERLAY WITH CURB RAMPS Page 38 5. Bid Bond Form WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 411.1. • POWER OF ATTORNEY0 TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218993 Certificate No. 0 0296 3 38 4 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Karen Ingram,Karen J.Smith,Julie Craker,Thomas P.Hentschell, Leslie A.Parks,Brad Roberts,and Joanne Reinkensmeyer of the City of Tacoma ,State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any-actions or-proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed=and theircorporate seals to be hereto affixed,this 27th day of April 2009 \h > ,; .<< e w- -- ,R(7 `-' v) ,` Farmington Casualty Compaziy ,c17:-,,,,< :_, _,,,,,r,:.,::;. St.Paul Guardian Insurance Company A Fidelity and Guaranty CInsura ceYCompanyiti '` St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance'Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 041,4,. m.1 — ,' ,,,,,,., s rJ. Jb°F 0.E 4,> Q��M..1.ts: 4:7.."----...,,,1 .; Czo � � y��p� * ,_ Q: ..yamQI^ r - Tt h Wi0ATfins i 1982 0 2 197 1927 • a.� "S FORD, t a Ss 1896 19.5 N # ��Y � J �.SEAL��! oS81CL;DNN. •..��,. • - a, •,� FNEW n�^N� f : N✓ 1S.... � ,,a . Attie W'4 State of Connecticut By: - City of Hartford ss. Georg Thompson,Senior ice President On this the 27th day of April 2009 before me personally appeared George W.Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety 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,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•Ter In Witness Whereof,I hereunto set my hand and official seal. ' A G Jt. C , V My Commission expires the 30th day of June,2011. Ch AMMO *Mane C. Tetreault,Notary Public Cif'/ 58440-5-07 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 ority of the following resolutions adopted by the Boards ectors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity andG\TJranty Insurance Underwriters,Inc., Seaboard Surety Con y, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety 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 Sure. Coinpany.df 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\aeyttornexecutled by s i(?ompanies,which is in full force and effect and has not been r revoked. tai')\. -. IN TESTIMONY WHEREOF,I have hereunto set my hand and,affiied the-seals of said`Gompanies th . . day of. 14/.2e- ,20 40.7 cilvk - ..A.)'i.- 0} Vt .,c1,.,,,',+„..k.-Y_v3 09,.. ' f'' 71 ��� Kori M.Johanso Assistant Secretary 0.ly mi - GAst,„,, �. I' Ori JV F\0.E 6 "� \�N �Ns� x' INS -h4 Jpa3Y 00 ._ 01::0) 4�TY'k0? OR/l L ��pvoq� e t 9 ............. 9 �4 P etOR FOR 7 42�i4pG9 _ I(I- D A>'i 4' PORq i1 9 8 2�o 1.C�n ,���PoR4TfD �' �4. m€ ••• e m ?4-4 ao'- a HARTFORD, i .- r.F.,*mss; y1951 c lk :SEAL,$} ��:SBAL:;37k coNN. o ,f, 1896 �pa aro •v .>o .,. J,! 6�, ar b�'-y A D * a sV r���4 y.......... a� v.... 'a >sn Nr)AtttN 11\ 4g .\1�/' �'mwNfSwMN 15...�..T� 61 'aa 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 • III. PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder X , proposed subcontractor , hereby certifies that he has X , has not_, participated in a previous contract or subcontract subject to the e9ual opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has X , has not , filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Woodworth & Company, Inc. (Company) By: June 30, 2009 Jeffrey A. Woodworth, President Date: (Title) Note: The above certification is required by the Equal Employment ppportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated .in .a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL.DOC//bh 2009 STREET OVERLAY WITH CURB RAMPS Page 39 6: Certification of Equal Employment Opportunity Report Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III.PROJECT PROPOSAL • 1 le CITY OF RENTON 7.Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage l (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI=TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to,goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation,or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. I AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned,having been duly sworn, deposed, say and certify that in connection with the performance of the work of.this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 2009 Street Overlay with Curb Ramps I Name of Project Woodworth & Company, Inc. Name of Bidder's Firm -A `0,IiI1,,,,ej .t M. �- \1111/I • i Signa re .f Authorized Representative of Bidszlei ,,:��`S aFs': 30th da of June 2009. - = °��TA�Y _ Subscribed and sworn to before me on this y - 4-,C, = ,-., _ `= PUB Un,\ 91i , P , - --, cf›.--,, 0.3-i9•so',,,iP ;:s Notary blit in andfo e Statei© l �pn / RLLL LLL1 Notary (Print) Angela M. Reis My appointment expires: 3/19/2010 1 2009 STREET OVERLAY WITH CURB RAMPS Page 40 7. Combined Affidavit and Certification Form: Non-Collusion, Anti-Trust, and Minimum Wage Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III PROJECT PROPOSAL •• 8. Fair Practices Policy Affidavit of Compliance SlY 0 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Woodworth & Company, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Woodworth & Company, Inc.: to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age, disability or veteran status. Woodworth & Company, Inc. II. complies with all applicable (Name of contractor/subcontractor/consultant) • federal, state and local laws governing non-discrimination in employment. III. When applicable, Woodworth & Company, Inc. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Jeffrey A. Woodworth Print Agent/Representative's Name President Print Agent/Rep'resentative's Title Agent/Representative's Signature June 30, 2009 Date Signed 2009 STREET OVERLAY WITH CURB RAMPS 15STREEPPMS12009109 Overlay1I4 JAIR.DOC Page 41 8. Fair Practices Policy Affidavit of Compliance Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 109 Street Overlay with Curb Ramps 4111 CAG-09-092 9. SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air-conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. Complete the following: If awarded the contract, Woodworth & Company, Inc. will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item(s) A \5_, ib Cak gAec •1 c ak_ Subcontractor Name \a, Address (AD k Z S. 7-0 bs-- �� \L�'Iv��, 0.)K- Cr1 c�D ' Phone No. 2.5-3-43-12.-S3,4 State Contractor's License-No. --"TiLk'f\SF.I, SD� • Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. • Signa re of Authorized Representative of Bidder Subscribed and sworn to be before me on this 30th day of June , 2009. ! I IP (,;• 9 MIMI'UV � S-. = !' bile • NotaryIn and • or � N`t's _ the State of Washington ' "',, 9 Angela M. Reis vv 03„1 ''� Notary (Print) g 0F Residing at Bonney Lake, WA. 1 ''11t1111����11 My appointment expires: 3/19/2010 j:\street\pms12008\12_sub.doc Revised 9/2006 Page 42 9. Subcontractor List • Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �\ 1 • • GENERAL CONTRACTORS WOODWORTH 81 COMPANY 1200 East D Street/Tacoma,Washington 98421 CERTIFICATE OF SECRETARY I,William F. Starks certify: 1. That I am the duly elected, qualified and acting Secretary of Woodworth and Company,Inc., a Washington Corporation (the "Corporation"). 2. The following named person is duly elected President of the Corporation and is authorized to act on behalf of this Corporation by signing all Contracts. The signature opposite his name is his true signature: 42, 4 Jeffrey A. Woodworth President Date: June 30, 2009 -- AL/1k —A416:1%..— William F. Starks,VP, CFO MEMBER NAPA s1200 East D Street/Tacoma,Washington 98421 •Tacoma(253)383-3585•Seattle(253)838-9090•FAX(253)572-8648MAMMAL P. .,ASSOCIATION WOODW**377NO/A Washington Corporation "Industry Leaders Since 1921" (sY :o 'CITY:OF:RE - C>. .. _. Office of the City Clerk .- Nip 1055 South Grady Way-Renton WA'98057 • �r { 7 - ga,,Es ' �•�FLF � e � �r►a • `"��" . I .. .. � -�� --. .. ice' .,.. ,- • L- _ 0004278599:' ,-J0007=:2009 : , • - : ` � - � •�►+� �'.:MAILED FROM ZIPCODE':'98134' . :n 5 . .f2 - David Gent - ' . ' . . p -1GON.Materials - it 4 0� .B7 f< "g^g0•57o,' . -. :6819 S:-228th.e� , vK f.i/' a k '4 7 Kent:"WA 98d -:a'TfYIM-E eel ''4'E '-1. "If.JI —071' rtes NOT DeL:EVE F 4AaLE AS rADD tE SE.D • • . • , BC: 990-5 0226-0.4604-09-4 : - • '• • _.,.. •_ _aej.-;73•:: :E 1- .a' ) , .) 0 : .1 ,) ):1.:1 :, l,) ,;)� r)) • ? ___--..—f- Thispapercontains50%recyGed aper,30/Mstconsumer' - -... : . fir•`, �., r�' _ _ .'�'�. ,. :' � , .4 - tiY . o CITY F.TRENTON .: - City Clerk• ..• ._ ._ 'k. Denis Law,Mayor - ' : Bonnie.I.Walton: - • July 7, 200.9 'William,J. Peterson - -' • ; Western Asphalt; Inc., : P.O: B'ox 98Q.. Maple Valley,WA.98038 : ' RE: 2009 Street Overlay with.Curb Ramps;'CAG-09-_092 • Dear Mr.:Peterson: - - , . • At its regular.meeting of July 6, 2009,the:Renton City Council accepted your-bid for the.above- • referenced project:in the amount of$1;:1'6;6,71.9.:45.,. ' ' . ,: .Please contact Bill Wressell; Project Manager;,for,submission of required documents to complete.' ..• .1 ',: ; " - the contract: These may include proof of City and;State business licenses, performance,bond,. and insurance certificates. .=: .. Sincerely,_ • /Jason A: Seth• • . - , :'•, Deputy City Clerk - - • - 'cc; Bill Wressell;Project Manager?_; - - -: - • -. : • Linda Weldon,-A counting Assistant'': "- - • . - •. • Tracy Schuld,Accounting Supervisor';:' '• • 1055 South Grad�Wa Renton Washin on'98057 .425 430-6510%FAX(425)430-6516 • .E'.L: T O. 1V._ Y Y t C ) �:- :. ., AHEAD OF THE CURVE ;- • ..* This paper contains 50%recycledmm8tenal,36%post consumer - - • - o� CIT:YWF: RENTON �. City Clerk Denis Law,Mayor Bonnie I.Walton NTS July 7• , •2009 . : David Gent. :. ; ICON Materials , ' •681`9 S: 228th.St: •• . • Kent, WA .9.8032-2050 " RE: 2009•Street Overlay;with'Curb Ramps, CAG-09-092 -. • • • Dear Mr.Gent: At, its-regular. meeting :on: July:6, 2009, the :Renton City: Council.accepted•'the:.bid submitted by Western Asphalt,:.Tnc: for.the above-reference"d'project in.the amount-`of. $1,166,719.45. Thank you.for.your interest and your bid.:. Sincerely,. Jason A. Seth, . De ut Cit Clerk;. - cc: -Bill Wressell',Project Manager:..• - • • 1055 South Grady Way I-Renton,Washington 98057::7-(425)430-6516/FAX.(425)430.6516 RE.NTON A F3fiAD.Ofi Tctiqty :: This paper contains 50%recycled material,30°%post consumer . • • CITY F 'RENT-ON '• -. Denis Law,.Mayor - - - Botfpie I::Wa'Ifon .. • N - • • • • • July 7, 2009' • Craig'Nickel Lakeside Industries . 18808 SE 257th St, ": Covingtonr.WA .98042 RE: 2009:Street Overlay.with.Curb Ramps,.CAG09-092: • Dear Mr.Nickel.:.','.' At•'its .regular-:meeting,on,July 6;. 2009, :alie: Renton:City.'Councilaccepted the' bid :;,. .: , submitted by Western :Asphalt, Inc: `for the:above-referenced-project in.the.'amount of $1,166,71.9.45:: Thank you foryour'interest and:your bid incerely • • • Jason A. Seth': Deputy City;Clerk Bill•Wressell;.Project.Manager:.,. • • 1055 South Grady,Way-Renton,Washington 98057'=(425)430-6510/FAX(425)430-6516 • RENTOT ; , . AHEAD O:F:'THECURVE .- • •'Thispiper'contains . .• 5001 ee cy6leii material,30%post ciens4rtler ti: o CITY411PF RENTON • •• City Clerk Denis Law,'Mayor :. _ . B•onnie I.Walton-. July.7; 2009.. : Jeffrey A:.Woodworth Woodworth:& Compariy, Inc 1200'East,DStreet Tacorria WA':98h21. •. - RE:.'2009 Street Overlay•with'Curb'Rainps, CAG-09=092 " . Dear.Mr::Woodworth:: -. At Fits 're lar meetin ;on',;Jul' 6 `:2009 the Renton`Ci Council-accepted the bid' submitted' by-Western:Asphalt,The,:for:the:above-referenced.project in:.the. amount`of $1,166,7.19.45 • ' Thank �ou'for;yourinterest:and our`bid: - :` .` Y Y Y. Sincerely ;; • Jas6n. .:Set De u Ci Clerk ;'cc: 'B.ill:.Wiessell;`Project'.Managei. •• • 1055 South Grad .WayItenton,' Washginon 98057= 423 430=6510/FAX(4 )25 430-6516. .• _ _ . AHEAD_O'F'.THE-CURVE.-'. . .. • ••.:�� This papercontains.50%recycledmaterial,30%postconsumer CITY OF RENTON • BID TABULATION SHEET PROJECT: 2009 Street Overlay with Curb Ramps;CAG-09-092 Page 1 DATE: June 30,2009 FORMS BID BIDDER Bid Bond/ Triple EEO Addendum Schedule Proposal Form #1 of Prices **Includes Sales Tax ICON Materials 6819 S.228th St. Kent,WA 98032-2050 x x x x x $1,634,560.16 David Gent Lakeside Industries 18808 SE 257th St. Covington,WA 98042 x x x x x $1,529,890.03 Craig Nickel Western Asphalt,Inc. P.O.Box 980 Maple Valley,WA 98038 x x x x x $1,166,719.45 William J.Peterson Woodworth&Company,Inc. 1200 East D. Street Tacoma,WA 98421 x x x x x $1,334,862.50 Jeffrey A. Woodworth ENGINEER'S ESTIMATE $1,641,192.73 LEGEND: Forms:Triple Form:Non-Collusion Affidavit,Anti-Trust Claims,Minimum Wage CITY OF RENTON S BID TABULATION SHEET PROJECT: 2009 Street Overlay with Curb Ramps; CAG-09-092 Page 1 DATE: June 30,2009 FORMS BID BIDDER Bid Bond/ Triple EEO Addendum Schedule Proposal Form #1 of Prices **Includes Sales Tax ICON Materials 6819 S.228th St. X X X X X I f_l� 34,5 /_ 0 y (iv Kent,WA 98032-2050 7 (Q Davi et C.9e4Ati ,�q►� Lakeside Industries 18808 SE 257th St. ' \j )( l Zc 0 Q q o . 03 Covington,WA 98042 x Nh Western Asphalt,Inc. P.O.Box 980 Maple Valley,WA 98038X 1, wilk«.w, itkei5e0 Woodworth&Company,Inc. 1200 East D. Street Tacoma,WA 98421 ��� tbz, _5/� It t A , 061)1A \i( �{ �( ` , ENGINEER'S ESTIMATE , - , , ) & LH) KZ, 73 LEGEND: Forms:Triple Form:Non-Collusion Affidavit,Anti-Trust Claims,Minimum Wage • •' ADMINISTRATIVE AND D e^Cl�rof�O JUDICIAL SERVICES n MEMORANDUM DATE: June 25, 2009 TO: Bill Wressell, Street Maintenance Manager FROM: Jason Seth, Deputy City Clerk SUBJECT: Legal Publication, Daily Journal of Commerce The attached billing for the "2009 Street Overlay with Curb Ramps" ad published in the Daily Journal of Commerce, is being forwarded to you for payment. If you have any questions, please call me at ext. 6504. Thank you. Attachment h:\cityclerk\deputy city clerk\forms\daily journal of commerce bill.doc � .�` `��= BILLING PERIOD• ADVERTISER/CLIENT NAME (� ,' DAILY JOUI1 O EItCE 06/23/09-06/23/09 City of Renton TOTAL AMOUNT DUE INVOICE NO. TERMS OF PAYMENT 248.40 3219804 Net 30 PO BOX 11050,SEATTLE,WA 98111 206-622-8272 FAX 206-622-8416 Federal I.D.#91-0193790 ADVERTISING INVOICE 0 BILLED ACCOUNT NAME AND ADDRESS Q PAGE# BILLING DATE 1 x06/23/09 rfl BILLED ACCOUNT NUMBER 3027 D ADVERTISER/CLIENT NUMBER City of Renton CITY OF RENTON Office off City Clerk 1055 S GRADY WAY Renton WA 98055 JUN 2 51009 CITY RED (- PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMITTANCE ® DATE m NEWSPAPER REFERENCE 12 13 la DESCRIPTION-OTHER COMMENTS/CHARGES ® SAU SIZE BILLED UNITS ® TIME RUN ® GROSS AMOUNT ® NET AMOUNT TE 06/16 240183 BC:STREET OVERLAY W/RAMPS 1x69L 1 124.20 06/16 SANDI WEIR 69L 1.80 06/23 240183 BC:STREET OVERLAY W/RAMPS 1x69L 1 124.20 06/23 SANDI WEIR 69L 1.80 '"'DUPLICATE COPY"" • Daily Journal of Commerce INVOICE NUMBER BILLED ACCOUNT NUMBER ADVERTISER/CLIENT NAME TOTAL AMOUNT DUE PO BOX 11050,SEATTLE,WA 98111 3219804 F3027 City of Renton 248.40 • • STATE OF WASHINGTON— KING COUNTY --ss. 240183 No. City of Renton Affidavit of Publication The undersigned,on oath states that he is an authorized representative of The Daily Journal of Commerce,a daily newspaper,which newspaper is a legal newspaper of general circulation and it is now and has been for more than six months prior to the date of publication hereinafter referred to,published in the English language continuously as a daily newspaper in Seattle,King County,Washington,and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of this newspaper.The Daily Journal of Commerce was on the 12th day of June, 1941,approved as a legal newspaper by the Superior Court of King County. The notice in the exact form annexed,was published in regular issues of The Daily Journal of Commerce,which was regularly distributed to its subscribers during the below stated period.The annexed notice,a BC:STREET OVERLAY W/RAMPS was published on - — 06/16/09-06/23/09 _.. - - -- -- The amount of the fee charged for the foregoing p ,lication is the sum of$248.40,which amount has been paid in full. ow;will, .41..J. / . ....�. l ,y ��`S.g1Cti E'p ..4% Subscribe• and • o • -fore me on 44, cif o-ir;,9 y 06/ .4/09• P •G • ` • Nota • pub for the `.re of Washington, /4%, p ' n To � . residing in Seattle �'%/'4,ck davihit, C1,1i✓ation • • State of Washington, King County City of Renton . Street Overlay with• .Curb Ramps Bid Date:June 30 ==CITY-O� RENTUN�— —----- __ __ CALL FOR BIDS 2009 Street Overlay with Curb Ramps Sealed bids will be received until 2:30,p.m., Tuesday, June 30,2009,at the City Clerk's office, 7th floor and will be opened and publicly read in conference room '521 on the 5th floor,Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the 2009 Street Overlay with Curb Ramps ;project. •The work to be performed with- in 70 working days from the date of commencement under this con- tract shall include,but not be lim- ited to: Approximately 11,535 tons of asphalt concrete paving (HMA Class 1/2: PG 64-22), removal of asphalt pavement,installation of curb ramps, utility adjustments,, and channelization. Engineer's Estimate: $1,500,000 TO$2,000,000 • The City reserves the right to; reject any and/or all bids and to; waive any and/or all informali- '. ;ties.— Biddocuments will be available the 12th day of June,2009.Plans, specifications,holders list for this addenda, dpr jet pare lan'' 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 " Y Bidder,"in order to receive auto- matic email notification of future addenda and to be placed on the "Bidders List.")Questions about .the project shall be addressed, to, Bill Wressell,'City of.Renton, Public Works Maintenance,3555 NE 2nd 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 accom- pany each bid.- - • ! The City's Fair Practices,Non- Discrimination, -and,Americans with Disability Act Policies shall apply. Bonnie I.Walton,City Clerk . Dates of publication' in the Seattle Daily,Journal of Commerce, 'June 16' and 23, 2009. 6/23(240183) • WILL NOT BE ACCEPTED. Proposals will then be publicly opened and read aloud.Proposals received after the date and hour above stated WILL NOT receive consideration. 11, CAG-09-092 CITY OF RENTON CALL FOR BIDS 2009 Street Overlay with Curb Ramps Sealed bids will be received until 2:30 p.m., Tuesday, June 30, 2009, at the City Clerk's office, 7th floor and will be opened and publicly read in conference room 521 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the 2009 Street Overlay with Curb Ramps project.. The work to be performed within 70 working days from the date of commencement under this contract shall include,but not be limited to: Approximately 11,535 tons of asphalt concrete paving (HMA Class 1/2: PG 64-22), removal of asphalt pavement, installation of curb ramps, utility adjustments, and channelization. Engineer's Estimate: $1,500,000 TO $2,000,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available the 12th day of June, 2009. 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, Bill Wressell, 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. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce June 16, 2009 Daily Journal of Commerce June 23,2009 09_CALL_E\