Loading...
HomeMy WebLinkAboutContract C rev( Award Date: t is ( CAG-13-118 Awardedto: Ao-c SO RAC'i iC LID& 9 047 (�=i5a`iJtc•py Bidding Requirements, City of Renton Q Forms, Contract Forms,Conditions of ' the Contract,Plans and Specifications �7111v�� City ®f Renton Construction of: EASTSIDE GA APRON REHABILITATION PROJECT NO. CAG-13-118 1 City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle,P.E. 425-430-7476 ORIGINAL Printed on Recycled Paper Award Date: CAG-13-118 t Awarded to:_ �160N) :+u i4T -i RLS I sb b VQ Lzek+iwe A's.-p-So S 01(7 1 �Y ti o 1 Bidding Requirements, City of Renton Forms, Contract Forms,Conditions of hA ' the Contract,Plans and Specifications mom N �O i City of Renton Construction of: EASTSIDE GA APRON REHABILITATION PROJECT NO. CAG-13-118 City of Renton ' 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle,P.E. 425-430-7476 i ORIGINAL Printed on Recycled Paper f i iCITY OF RENTON RENTON, WASHINGTON i CONTRACT DOCUMENTS ifor the EASTSIDE GA APRON REHABILITATION ' PROJECT NO. CAG-13-118 June 2013 BIDDING REQUIREMENTS ( CONTRACT FORMS . CONDITIONS OF THE CONTRACT SPECIFICATIONS iPLANS 1 1 t CITY OF RENTON ' 1055 South Grady Way Renton, WA 98057 f f ® Printed on Recycled Paper PROFESSIONAL RESPONSIBILITIES AND SEALS These specifications were developed by, or under the direct supervision of John F. Gillespie III, ' P.E., URS Corporation, 1501 4th Avenue, Suite 1400, Seattle, Washington 98101-1616, (206) 438-2700, Fax (206) 438-2699, Email: john.gillespie @urs.com G 319M 0 �SIDNAL �G �P��ES: Rio/Zoe 1 City of _ Project Number EASTSIDE GA APRON REHABILITATION ' CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy ' Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit&Certificate Form. Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices ❖Bond to the City of Renton , ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) Washington State Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Amendments Special Provisions WSDOT Standard Plans Project Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. ' * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton,Washington 98057 [:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan--Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc i CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION N0. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry;sex; age over 40; sexual orientation ' or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, ' training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be iin accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and ' subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all ioperational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March , 2011 . CITY 0 RENTON RENTON CITY COUNCIL n Denis Law, Mayor until Pr sident Attest: �+ y° � •�,�' �� 1V iA iii Bonnie I. Walton, City Clerk SEA ^ � r ro, 1 CITY OF RENTON SUMIARYOFAMEItIC.4NSWITfIDIS,4BILT17ESACTPOLICY � ADOPTED BYRE'SOLOT70NNO.3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With ' Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to, employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- discriminatory manner: Personnel.decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS. - The City of Renton will cooperate 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. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Poli cy will be.maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services,activities and.programs to a people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With.Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, 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 4th: day of October 1993. CrIYQW RENTON RENTON CITY COUNCIL: Mayor C6mcil President Attest: city cleric. L\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan-Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc CITY OF RENTON EASTSIDE GA APRON REHABILITATION IPROJECT NO. CAG-13-118 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: Rehabilitation of the Eastside GA Apron at the Renton Municipal Airport/Clayton Scott field which includes: the removal of asphalt concrete pavement;.proof-rolling and replacing sections of existing inadequate base (if needed); paving with HMA Class t/2" PG 64-22; pavement markings; installing aircraft tie-down anchors;utility work; and other work. 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 20 working days will be allowed for the completion of this project. 1 i lARenton Municipal Airport\Renton On-Calffask Orders\Subtask 2.1 Pavement Management Plan-Eastside GA Apron\Specificationsldraft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc f' �- 4 .�. S.: r; i §}. 6- � ft j { ,, ', - r I � `^� � - - - s- 4y t t _ ti* � - - - - �.nom-g 1 4 _ 3 - �� - � _ a ,��-� 1 a 3 � — � ��� i p i. j : � �.,; J r 1 �1 Z i 4F 4`i ' ` } . . '. - � � f' - � a' - � - �� i ev €� ':�' � e. � � � � �;`ti � fir ��i zs� ��- � �� _ � �' ' � i� � , � � I � tt � � 3- � } i , 1 �t x ��'a _ '#� _ r s' � a { � - � i-'t �'� � � _ _ � � s q. i .�k� _ � t x � � ��� g�, a ;- 1, ,�'; s � `t t ._M -- x� � � � � ( , ;�s � � i i , �� ,., j , ._, � �, — ; � � a � to ' � i � : ; ; � ; t` _ y Fe. _ _ � 3 Fri ^�', ; �9. t � a rF�. �- < i s�3 � .ate ,`,.�4_. �E l� ., #� _ � '�r €, I i T �_ �. - 3� ��� 4a[�a¢a ��B aS '! .k �. � � k � i z !' z �� i t ' INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until July 11, 2013 at 2:30 pm Pacific Time. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. ' No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions,,discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, ' modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. ` The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined at the Renton Municipal Airport Administrative Office, 616 West Perimeter Road, Unit A, Renton, WA 98057. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. lARenton Municipal Aitport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan-Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev l 5-16-13.doc 1 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g.fire and extended coverage,worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 1 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment 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 an or all schedules of he p g Y t Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench 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 This project is wholly funded by City of Renton funds and no federal funds are included;therefore, only Washington State Prevailing Wages apply; 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, 1 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. lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan-Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 2 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20, Standard Specifications 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 specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph,or not. 1. WSDOT/APWA"2012 Standard Specifications for Road,Bridge and Municipal Construction" and"Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to"State,""State of Washington,""Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT/APWA standards shall be modified to read"City of Renton, unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and:payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. i 21: If a soils investigation-has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project.by the City or Engineer,the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all r existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist L'Y It is the responsibility of each bidder to ascertain if all-the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior-to bid opening time. l/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? 1:1Renton Municipal AirpoitTen'ton on-Ca nask mrders\Subtask 2.1 Pavement Management Plan-Eastside.GA ApronN.Specificationsvlraft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 3 ge 11 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CV/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? L9Y ave you bid on ALL ITEMS and ALL SCHEDULES? ve ou submitted the Subcontra y ctors List(If required) C Ha' ve you reviewed the Prevailing Wage Requirements? GR'— Have you certified receipt of addenda,if any? Aflk N� f�dd���s /Zeeci�e�1 I 1:1Renton Municipal Airport\Renton tin-CalATask CWersdSubtask 2.1 Pavement Management Plan-Easiside GA Apron\SpecificationAdtaft spec submittal pkglMaster Document-City of Renton rev 15-16-13.doc 4 ge 12 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CAG-13-118 CITY OF RENTON CALL FOR BIDS EASTSIDE GA APRON REHABILITATION Sealed bids will be received until 2:30 p.m. Thursday, July 11, 2013 at the City Clerk's office, 1055 South Grady Way, Renton, WA 98057, 7th floor, and will be opened and publicly read in Conference Room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, The work to be performed within 20 working days from the date of commencement under this contract shall include, but not be limited to: Rehabilitation of the Eastside GA Apron at the Renton Municipal Airport/Clayton Scott field which includes: the removal of asphaltconcrete pavement; proof-rolling and replacing sections of existing inadequate base (if needed); paving with HMA Class %" PG 64-22; pavement markings; installing aircraft tie-down anchors; utility work; and other work. 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 June 11, 2013. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the `Bidders List.") Questions about the project shall be addressed to: Ben Dahle, P.E., City of Renton, Renton Airport/Clayton Scott Field, 616 West Perimeter Road, Unit A, Renton, WA, 98057, phone (425) 430-7471. 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. Late submittals, faxed or emailed proposals will not be accepted. Bonnie I. Walton, City Clerk Published: ' Daily Journal of Commerce June 11 and June 25, 2013 East GA Full bpd 060713.doc\ CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Timt,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 1 charges as to goods and materials purchased in connection with this order or contract,except as to overcharges resufting 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 an d represents that such of his suppliers and subcontractors sall assign any and all such claims to purchaser,subject to the aforementioned exception. AND ]MIND"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 taborer, 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 contrast. 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 EASTSIDE GA APRON REHABiLrmnoN ICON Materials(dba of CPM Development Corporation) Name of Bidder's Firm p. David Ge Signature of Authorized Representative$f Bidder Subscribed and sworn to before me on this 11th . Y da of Y ,2o-!-3 . . LI ' 1;1Renton Municipal AitpoitlRenton Ort CatRTask OrdetslSubtask 2.1 Pavement Management Ptan = Eastside_ GA AptvnlSpecificationsldcafi Spec submittal pkiNaster Document-City of Renton rev 15-16-13.doc Page 14 Non-Collusion Affidavit&Certificate Form to tj —ax Notary Public in and for the State of Washington �� 4 Notary(Print) Ellen Roth �4 yea 6 rt3's My appointment expires: 6-29-2016 hit +. ' I:\tienton Municipal AirporflRenton On•Cai117ask Orders\Subtask 2.1 Pavement Management Ptah .- 13astside GA Apro0pecificationsWraft spec submittal pkgWaster Document-City of Renton rev 15-1&13.doc ICON Materials (dba of CPM Development Corporation) tPage 15.. .. ,.. ... _ - BOND TO THE CITY OF RENTON ' KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned ICON Materials(dba of CPM Development Corporation) as principal, and Fidelity&deposit Co. of Maryland p p corporation:organized and existing under the laws of the State of Maryland as a surety corporation,and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations,as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$5%of Total Amt Bidfor the payment of which suni on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case maybe. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Pacific ,Washington,this. 11th day of July 2013 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 13-118 providing for construction tof EASTSIDE GA APRON REHABILITATION, the principal is required to furnish a bond for-the faithful performance of the contract;and WHEREAS S, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein ' provided for in the manner and within the time set forth; NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and ' within the time therein set forth,or within such extensions of time as may be granted under said contract,and shaft pay all laborers, mechanics, subcontractors and materialnien, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work,and shall hold said City of Renton harmless ' from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work,and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the.contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this.obligation shall be void;but otherwise it shall be and remain in full force and effect. ' ICON Materials dba of CPM Development Cor oration ( _ P. . P ) Fidelity_&_Deposit Co.of Maryland . ..Y.; ,. Principal Su ature David Gent A Ignature Karen Rhinehart r - V.P/.General Manager Attorney-in-Fact Title Title i*enton Municipal,-.4imod%;nton On-CalnTask Orded\Subtask 2.1 Pavement Management Plan - Eastside CA ApradlSpecificatiinsxdraR spec submittal pkgWasta Documic t-City of Renton rev l 5-16-13.Aw L Page 16 iBond to the City of Renton . ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' POWER OF ATTORNEY KNOW ALL.MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby ' nominate, constitute, and appoint David GENT, Laurie A. PINARD, Paul D. SALISBURY, Rob D. MEIDINGER, Karen RHINEHART and Tim DAVIS,all of Pacific,Washington, EACH its true and lawful agent and Attomey-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials (dba of CPM Development Corporation), Kent, Washington each in a penalty not to exceed the sum of ' $1,000,000 and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the ' FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. ' IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of February,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL "" ` y.......�.�..., Assistant Secretary Vice President Gerald F.-Haley Thomas O.McClellan ` State of Maryland City of Baltimore On this 1st day of February,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and GERALD F. HALEY,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said ' Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year fast above written. d:1't, ' • .Y;G1F +C • J,•I ar len% ' Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 020-8022U 1 i EXTRACT FROM BY-LAWS OF THE COMPANIES ' "Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE ' I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN 1 CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. 1 This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. 1 RESOLVED. That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." 1 This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of , May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature , of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 11 Nay of J u 1 y 120 13 - P•rO1� o -14,i:3ae nm 'o's v SEAL iffy y 6`-, i08B yq:MwNMN F ` o James M.Carroll,Vice President 1 1 ' CITY OF RENTON PROJECT NO.CAG-13-118 EASTSIDE GA APRON REHABILITATION PROPOSAL ' TO THE CTT'Y 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 te 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: David Gent Signature: Address: 1508 Valentine Ave SE Pacific,WA 98047 Names of Members of Partnership: OR Name of President of Corporation Jim Gauger ' Name of Secretary of Corporation Paul D. Salisbury ' Corporation Organized under the laws of Washington With Main Office in State of Washington at Pacific I.-Tenton Municipal Airpo t\Renton on-Call\Task OrderslSubtask 2.1 Pavement Management Plan - Eastside GA Apron'Specificationsldraft spec submittal QkglMaster Document-City of Renton rev 15-16-13.doc Page 17 Proposal - D,....:d.v!♦..D.d1A...w Cw.6.,«,...,isle ..� r_.....:: _i.__�;i:___ •___'°___,. ,. .. .. L Schedule of Prices City of Renton ' Renton Municipal Airport EASTSIDE GA APRON REHABILITATION Note: Unit prices for all Items, all extensions, and the total amount bid must be shown. All entries must be typed or entered in ink.A bid must be received on all items. If any prices or extensions are left blank or represent$0.00,they will e entered as$0-No Charge. ' SCHEDULE OF PRICES: EASTSIDE GA APRON REHABILITATION u T—Fes_ acs+ ,��.+ _ — _ 1 1-05 Project Surveying LS 1 L$5,500.00^ $5,500.00 2 1-09 Mobilization LS 1 $15,000.00 $15,000.00 ' 3 1-10 Project Temporary Traffic Control LS 1 $8,000.00 $8,000.00 4 2-01 Roadside Cleanup FA 1 $5,000.00 $5,000.00 5 2.02 Removal of Structure and Obstruction SY 4,324 $6.00 $25,944.00 6 2-06 Subgrade Not Constructed Under Same Contract SY 4,324 $4.50 $19,458.00 7 4-04 Crushed Surfacing Base Course CY 180 $65.00 $11,700.00 8 5-04 HMA,:Class W,PG 64-22 TON 880 $75.00 $66;000.00 ' 9 6-02 Commercial Concrete Tie Down Anchors, EA 18 $550.00 $9,900.00 -Complete 10 7-04 Class 50 Ductile iron Storm Sewer Pipe, 6-inch LF 149 $45.00 $6,705.00 Diameter 11 7-05 Connection to Drainage Structure 250.0 cture $ 0 750.00 t 9 EA 3 $ 12 7-08 Trench Excavation Safety Systems LS 1 $250.00 $250.00 13 8-01 Inlet Protection EA 9 $75.00 $675.00 ' 14 8-20 Conduit Pipe,PVC Schedule 40,2-inch Diameter LF 50 $16.00 $800.00 15 .8-20 Conduit Pipe,RGS,2-Inch Diameter LF 6 $50.00 $300.00 16. 8-22 Paint Line LF 706 $3.50 1 $2,471.00 Subtotal Base Bid: $-L78,453-90 Sales Tax(9.50Q: $__ 16,953.04 TOTAL BASE BID: $ 195,406.04 1ARenton Municipal AirW&Xenton On-Call\Task OrdcnXSubtask 2.1 Pavement Management Plan : Eastside GA Apm\Specificatioas\draft spec submittal ' pkgWaster l)Oc mn tt-City of Renton ircv 15-16-13.doc ICON Materials (dba of CPM Development Corporation) Page 18 Schedule of Prices BOND NO.09133758 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: ' That we the undersigned ICON Materials(dba of CPM Development Corporation) as principal, and Fidelity&Deposit Co of Maryland corporation organized and existing under the laws of the State of Maryland as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ 195,406.04 for the payment of which sum on demand we bind ourselves and our successors, heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of ' Renton. SALT LAKE CITY,UT Dated at PACIFIC , Washington,this 20TH day of AUGUST 213. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 13-118 providing for construction ' of EASTSIDE GA APRON REHABILITATION, the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless ' from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects ' appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ICON MATERIALS(DBA OF CPM DEVELOPMENT CORPORATION FIDELITY AND DEPOSIT COMPANY OF MARYLAND Principal Surety ,,,Signature Si. General Manager/VP TINA DAVIS,ATTORNEY-IN-FACT , Title Title L•\Renton Municipal Airport\Renton On-CalllTask Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc SURETY ACKNOWLEDGMENT ' STATE OF UTAH } COUNTY OF SALT LAKE } SS On this 20TH day of AUGUST, 2013, before me personally came TINA DAVIS to me known, who, being by me duly sworn, did depose and say that she is an Attorney-In-Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by ' authority of this office under the Standing Resolutions thereof. Notary ubl c t ------------------------- 1 1 ,NFL,,.•"- m,-, Notary Public 1 1,•°1 ,�; LINDSEV PtATTNER Commission Number 659659 1 My Commission Expires 1 November 30,2016 1 `� '`" "•^�N' State of Utah p--rrwr--r------------------ i 1 1 t 1 � i 1 tZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Tina DAVIS,Lisa HALL,Lindsey PLATTNER and Jessica ARNOLD, all of Salt Lake City,Utah, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly I elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland„and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. ' The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. ' IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY.COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 11th day of May,A.D.2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL ;oc *u no B Assistant Secretary Vice President Gregory E Murray Thomas 0.McClellan State of Maryland City of Baltimore On this I lth day of May,A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and GREGORY E.MURRAY,Assistant Secretary,of the Companies,to me personally known to be the individuals and ' officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith, that he/she is'the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. ' IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 020-8022W rl EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President ' may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time.' CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant gn g gI► �'Y Secretary r and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of r Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. , RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a r certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 20TWay of AUGUST 20 13 . C k 1% r s 86AL ego r r v�f r James M.Carroll,Vice President 1 r 1 QCatyof CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ICON Materials(dba of cPM Development corporation) hereby confirms and declares that: (Name of contractor/subcontractor/consultant) i. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin;ancestry;sex;the presence of a physical,sensory, or mental disability;age over 40;sexual orientation or gender identity;Pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; .military status; or veteran's status. i II. The above-named contractor/subcontractor/consultant complies with all applicable federal, tstate and local laws governing non-discrimination in employment. Ill. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. David Gent Print Agent/Representative's Name General ManagerNP ' Print Agent/Representative's Title gent/Representative's Signature August 23, 2013 Date Signed Instructions: This document MUST be completed by each contractor,subcontractor,consultant and/or supplier. Include or attach this document(s)with the contract. CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this I-, y day of ,013. by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of WaAiington, reinafter referred to as "CITY" and w it) 1M erkv iul ,hereinafter referred to as "CONTRACTOR." WITNESSETH: ' 1) The Contractor shall within the time stipulated, (20 working days from date of commencement) hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No. CAG-13-118)for improvement by construction and installation of: Work as described in"Scope of Work", attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by.the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall,upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and IARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 1 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, 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. 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. IARenton Municipal AirpofARenton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 2 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 20 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. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but 1 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. IARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 3 t ' 12) The total amount of this contract is the sum of !f�� 1 num n 0" HL;AA,-rA (Z-, TACtA s1\4 �-y-01..tvAt ycj (7,�, j ctds iVrl e W($ 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 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 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 remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at 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 specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent 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. 18) 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. 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 applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 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. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF TON i President/PartnerlOw Mayor Denis L w ATTEST KRenton Municipal Aitp.&Renton on-Call\Task Otd.\Subtask 2.1 Pavement Management Plan - Emtside GA Apron\SpecificationAdraft spec submittal pkgWlaster Document-City of Renton rev 15-16-13.doc 4 Secretary Bonnie I . Walton, City Clerk J D_BA Or C'�1)7 , f UPIL? ', -dc�t' t9f lIJ'd Firm Name ` check one ❑ Individual ❑ Partnership Corporation Incorporated in AAty) a y , f- a 1 Attention: If business is a CORPORATION,name of the corporation should be listed in full and both President and Secretary must ' sign the contract,OR if one signature is permitted by corporation by-laws,a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as)and firm or trade name;any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. 1 b I ' 1 1 I:1Renton Municipal Airport\Renton On-Call7ask Orders\Subtask 2.1 Pavement Management Plan - Eastside GA AproMSpecifcationAdraft spec submittal pkg\Master Document-City of Renton rev 1 5-.16-13.doc 5 State of Washington ' Department of Labor & Industries Prevailing Wage Section —Telephone 360-902-5335 P.O. Box 44540, Olympia, WA 98504-4540 i Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Pevailing Wage Rates for the Effective Date: 12/20/2012 ' County Trade Job Classification Wage Holiday Overtime Notes King Asbestos Abatement Journey Level $40.83 5D 1 H Workers King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1 M King Brick Mason Journey Level $49.07 5A 1 M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1 M King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employees Window Cleaner(Scaffold) $24.52 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23.66 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1 M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1 M King Carpenters Carpenters on Stationary Tools $49.70 5D 1 M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1 M King Carpenters Floor Layer $49.57 5D 1 M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1 M King Divers &Tenders Diver * $100.28 5D 1M 8A King Divers&Tenders Diver On Standby $56.68 5D 1 M King Divers&Tenders Diver Tender $52.23 5D 1 M King Divers&Tenders Surface Rcv& Rov Operator $52.23 5D 1 M King Divers&Tenders Surface Rcv&Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $51.07 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.56 5D 3G King Dredge Workers Boatmen $51.07 5D 3G King Dredge Workers Engineer Welder $51.12 5D 3G lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 1 County Trade Job Classification Wage Holiday Overtime Notes King Dredge Workers Leverman, Hydraulic $52.69 5D 3G 1 King Dredge Workers Maintenance $50.81 5D 3G King Dredge Workers Mates $51.07 5D 3G King Dredge Workers Oiler $50.69 5D 3G King Drywall Applicator Journey Level $49.74 5D 1 H King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Journey Level $25.34 5L 1 E 1 Maintenance Workers King Electricians-Inside Cable Splicer $64.24 7C 2W King Electricians- Inside Cable Splicer(tunnel) $69.07 7C 2W King Electricians- Inside Certified Welder $62.04 7C 2W King Electricians- Inside Certified Welder(tunnel) $66.65 7C 2W King Electricians- Inside Construction Stock Person $34.19 7C 2W King Electricians- Inside Journey Level $59.85 7C 2W King Electricians- Inside Journey Level (tunnel) $64.24 7C 2W King Electricians- Motor Shop Craftsman $15.37 1 King Electricians- Motor Shop Journey Level $14.69 1 ' King Electricians- Powerline Cable Splicer $64.95 5A 4A Construction King Electricians- Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians- Powerline Groundperson $42.16 5A 4A Construction ' King Electricians- Powerline Head Groundperson $44.50 5A 4A Construction King Electricians- Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians- Powerline Jackhammer Operator $44.50 5A 4A Construction King Electricians- Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians- Powerline Line Equipment Operator $49.95 5A 4A ■ Construction King Electricians- Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians- Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast All Classifications- In-Factory $14.60 56 2K Concrete Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L 1Y King Heat& Frost Insulators And Journeyman $56.93 5J is Asbestos Workers King Heating Equipment Journey Level $68.52 7F 1 E Mechanics King Hod.Carriers & Mason Journey Level $42.11 7A 2Y (:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\lvlaster Document-City of Renton rev 15-16-13.doc 2 County Tenders Trade Job Classification Wage Holiday Overtime Notes King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.32 5B 1 K King Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand $48.96 5B 1K ' King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer&Water Systems Operator By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 ' Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer&Water Systems By Remote Control King Insulation Applicators Journey Level $49.57 5D 1M King Ironworkers Journeyman $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed King Laborers Airtrac Drill Operator $42.11 7A 2Y King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman $34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y King Laborers Caisson Worker $42.11 7A 2Y King Laborers Carpenter Tender $40.83 7A 2Y King Laborers Caulker $40.83 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs.And $41.59 7A 2Y Over King Laborers Choker Setter $40.83 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Clean-up Laborer 1 $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 1 7A 2Y 1:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Plaster Document-City of Renton rev 15-16-13.doc 3 t County Trade Job Classification Wage Holiday Overtime Notes Operator ' King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y King Laborers Demolition:Wrecking& $40.83 7A 2Y Moving incl. Charred Material King Laborers Ditch Digger $40.83 7A 2Y King Laborers Diver $42.11 7A 2Y King Laborers Drill Operator $41.59 7A 2Y h draulic,diamond King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller&Bucker Chain Saw $41.59 7A 2Y King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King, Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40-.83 7A 2Y , King Laborers Grade Checker&Transit $42.11 7A 2Y Person King Laborers Grinders $40:83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker $42.11 7A 2Y level A King Laborers Hazardous Waste Worker $41.59 7A 2Y level B King Laborers Hazardous Waste Worker $40.83 7A 2Y level C King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King Laborers Manhole Builder-mudman $41.59 7A 2Y King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air&Water On Concrete& Rock, Sandblast, Gunite, Shotcrete,Water Bla 11Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 4 f County Trade Job Classification Wage Holiday Overtime Notes King Laborers Pavement Breaker $41.59 7A 2Y King Laborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11 7A 2Y King Laborers Pipe'Layer/tailor $41.59 7A 2Y King Laborers Pipe Pot Tender $41.59 7A 2Y King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller- Power $41.59 7A 2Y ' King Laborers' Raker-Asphalt $42.11 1 7A 2Y King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y ' King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y ' King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper(over 20)" $41.59 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader(concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Pifer $40.83 7A 2Y King Laborers Tamper&Similar Electric,Air $41.59 7A 2Y &Gas Operated Tools King Laborers Tamper(multiple&Self- $41.59 7A 2Y propelled) King Laborers Timber Person-Sewer $41.59 7A 2Y (lagger, Shorer&Cribber King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y King Laborers Track Liner(power) $41.59 7A 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers Traffic Control Supervisor $37.01 7A 2Y 8R King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y 8Q Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 8Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 8Q ' Worker 54.01-60.00 psi lARenton Municipal Aitport\Renton On-Calffask Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 5 County Trade Job Classification Wage Holiday Overtime Notes King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8Q Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y 85 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y 8Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1 H 80 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1 H 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y 8Q Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y 80 King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y ' King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 . 7A 2Y ' King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers-Underground General Laborer&Topman $40.83 7A 2Y Sewer&Water ' King Laborers- Underground Pipe Layer $41.59 7A 2Y Sewer&Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $49.74 5D 1 H King. Marble Setters Journey Level $49.07 5A 1 M King Metal Fabrication (In Shop) Fitter $15.86 1 1 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King I Millwright Journey Level $50.67 5D 1 M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49.82 5D 1 M ' King Plasterers Journey Level $48.23 7Q 1 R King Playground&Park I Journey Level $9.19 1 [:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal ' pkg\Master Document-City of Renton rev 1 5-16-13.doc 6 1 1 County Trade Job Classification Wage Holiday Overtime Notes ' Equipment Installers King Plumbers&Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Asphalt Plant Operators $51.89 7A 3C 8P Operators ' King Power Equipment Assistant Engineer $48.62 7A 3C 8P Operators King Power Equipment Barrier Machine(zipper) $51.40 7A 3C 8P Operators King Power Equipment Batch Plant Operator, $51.40 7A 3C 81? Operators Concrete King Power Equipment Bobcat $48.62 7A 3C 8P Operators King Power Equipment Brokk-Remote Demolition $48.62 7A 3C 8P Operators Equipment 1 King Power Equipment Brooms $48.62 7A 3C 8P Operators King Power Equipment Bump Cutter $51.40 7A 3C 8P Operators King Power Equipment Cableways $51.89 7A 3C 8P Operators King Power Equipment Chipper $51.40 7A 3C 8P 1 O erators King Power Equipment Compressor $48.62 7A 3C 8P Operators King Power Equipment Concrete Pump:Truck Mount $51.89 7A 3C 8P 1 Operators With Boom Attachment Over 42 M King Power Equipment Concrete Finish Machine-laser $48.62 7A 3C 8P ' Operators Screed King Power Equipment Concrete Pump- Mounted Or $50.98 7A 3C 8P Operators Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Concrete Pump:Truck Mount $51.40 7A 3C 8P Operators With Boom Attachment Up To 42m ' King Power Equipment Conveyors $50.98 7A 3C 8P Operators King Power Equipment Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Operators Tons With Attachments ' King Power Equipment Cranes: 100 Tons Through $52.44 7A 3C 8P Operators 199 Tons,Or 150'Of Boom (Including Jib With ' Attachments King Power Equipment Cranes: 200 Tons To 300 $53.01 7A 3C 8P Operators Tons, Or 250'Of Boom (including Jib With 1 Attachments King Power Equipment Cranes:45 Tons Through 99 $51.89 7A 3C 8P Operators Tons, Under 150'Of Boom (including Jib With 1 Attachments King Power Equipment Cranes: A-f ram e- 10 Tons $48.62 7A 3C 8P Operators And Under King Power Equipment Cranes: Friction 100 Tons $53.01 7A 3C 8P lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.I Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev l 5-16-13.doc 7 County Trade Job Classification Wage Holiday Overtime Notes Operators Through 199 Tons , King Power Equipment Cranes: Friction Over 200 $53.57 7A 3C 8P Operators Tons King Power Equipment Cranes:Over 300 Tons Or $53.57 7A 3C 8P ' Operators 300' Of Boom (including Jib With Attachments King Power Equipment Cranes:Through 19 Tons With $50.98 7A 3C 8P Operators Attachments A-frame Over 10 , Tons King Power Equipment Crusher $51.40 7A 3C 8P Operators King Power Equipment Deck Engineer/deck Winches $51.40 7A 3C 8P O erators (power) King Power Equipment Derricks, On Building Work $51.89 7A 3C 8P Operators ' King Power Equipment Dozers D-9&Under $50.98 7A 3C 8P Operators King Power Equipment Drill Oilers: Auger Type,Truck $50.98 7A 3C 8P Operators Or Crane Mount ' King Power Equipment Drilling Machine $51.40 7A 3C 8P Operators King Power Equipment Elevator And Man-lift: $48.62 7A 3C 8P ' Operators Permanent And Shaft Type King Power Equipment Finishing Machine, Bidwell And $51.40 7A 3C 8P Operators Gamaco&Similar Equipment King Power Equipment Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Operators With Attachments King Power Equipment Forklifts: Under 3000 Lbs.With $48.62 7A 3C 8P Operators Attachments King Power Equipment Grade Engineer: Using Blue $51.40 7A 3C 8P ' Operators Prints,Cut Sheets, Etc King Power Equipment Gradechecker/stakeman $48.62 7A 3C 8P Operators King Power Equipment Guardrail Punch $51.40 7A 3C 813 Operators King Power Equipment Hard Tail End Dump $51.89 7A 3C 8P Operators Articulating Off- Road Equipment 45 Yards. &Over King Power Equipment Hard Tail End Dump $51.40 7A 3C 8P Operators Articulating Off-road Equipment Under 45 Yards , King Power Equipment Horizontal/directional Drill $50.98 7A 3C 8P Operators Locator King Power Equipment Horizontal/directional Drill $51.40 7A 3C 8P ' Op erators Operator King Power Equipment Hydralifts/boom Trucks Over $50.98 7A 3C 8P Operators 10 Tons King Power Equipment Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P I Operators Tons And Under King Power Equipment Loader, Overhead 8 Yards. & $52.44 7A 3C 8P Operators Over ' King Power Equipment Loader, Overhead,6 Yards. $51.89 7A 3C 8P Operators But Not Including 8 Yards King Power Equipment Loaders,Overhead Under 6 $51.40 7A 3C 8P IARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 8 County Trade Job Classification Wage Holiday Overtime Notes ' Operators Yards King Power Equipment Loaders, Plant Feed $51.40 7A 3C 8P Operators King Power Equipment Loaders: Elevating Type Belt $50.98 7A 3C 813 Operators King Power Equipment Locomotives,All $51.40 7A 3C 8P Operators ' King Power Equipment Material Transfer Device $51.40 7A 3C 8P Operators King Power Equipment Mechanics,All (leadmen- $52.44 7A 3C 813 Operators $0.50 Per Hour Over Mechanic King Power Equipment Mixers:Asphalt Plant $51.40 7A 3C 8P Operators King Power Equipment Motor Patrol Grader Non- $50.98 7A 3C 813 Operators finishing King Power Equipment Motor Patrol Graders, Finishing $51.89 7A 3C 8P O erators King Power Equipment Mucking Machine, Mole, $51.89 7A 3C 8P Operators Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Oil Distributors, Blower $48.62 7A 3C 8P Operators Distribution&Mulch Seeding Operator King Power Equipment Outside Hoists(elevators And $50.98 7A 3C 813 ' Operators Manlifts),Air Tuggers,strato King Power Equipment Overhead, Bridge Type Crane: $51.40 7A 3C 8P Operators 20 Tons Through 44 Tons King Power Equipment Overhead, Bridge Type: 100 $52.44 7A 3C 8P ' Operators Tons And Over King Power Equipment Overhead, Bridge Type:45 $51.89 7A 3C 8P Operators Tons Through 99 Tons ' King Power Equipment Pavement Breaker $48.62 7A 3C 8P Operators King Power Equipment Pile Driver(other Than Crane $51.40 7A 3C 8P Operators Mount ' King Power Equipment Plant Oiler-Asphalt, Crusher $50.98 7A 3C 8P Operators King Power Equipment Posthole Digger, Mechanical $48.62 7A 3C 8P ' O erators King Power Equipment Power Plant $48.62 7A 3C 8P Operators King Power Equipment Pumps-Water $48.62 7A 3C 8P O erators King Power Equipment Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Operators ' King Power Equipment Quick Tower-No Cab, Under $48.62 7A 3C 8P Operators 100 Feet In Height Based To Boom King Power Equipment Remote Control Operator On $51.89 7A 3C 8P ' Operators Rubber Tired Earth Moving Equipment King Power Equipment Rigger And Bellman $48.62 7A 3C 8P O erators IARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 9 County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Rollagon $51.89 7A 3C 8P I rators King Power Equipment Roller,Other Than Plant Mix $48.62 7A 3C 8P Operators King Power Equipment Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Operators Materials King Power Equipment Roto-mill, Roto-grinder $51.40 7A 3C 8P Operators ' King Power Equipment Saws-Concrete $50.98 7A 3C 8P Operators King Power Equipment Scraper, Self Propelled Under $51.40 7A 3C 8P Operators 45 Yards ' King Power Equipment Scrapers- Concrete&Carry $50.98 7A 3C 8P Operators All King Power Equipment Scrapers, Self-propelled:45 $51.89 7A 3C 8P Operators - Yards And Over , King Power Equipment Service Engineers- Equipment $50.98 7A 3C 8P Operators King Power Equipment Shotcrete/gunite Equipment $48.62 7A X 8P Operators King Power Equipment Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Operators Tractors Under 15 Metric Tons. King Power Equipment Shovel, Excavator, Backhoe: $51.89 7A 3C 8P , Operators Over 30 Metric Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Operators Tractors: 15 T630 Metric Tons . . King Power Equipment Shovel, Excavator,Backhoes*' $52.44 7Pt 36 8P Operators Over 50 Metric Tons To 90 Metric Tons , King Power Equipment Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Operators Over 90 Metric Tons King Power Equipment Slipform Pavers $51.89 7A 3C 8P Operators King Power Equipment Spreader,Topsider& $51.89 7A 3C 8P Operators Screedman King Power Equipment Subgrader Trimmer $51.40 7A 3C 8P Operators King Power Equipment Tower Bucket Elevators $50.98 7A 3C 8P Operators King Power Equipment Tower Crane Over 175'in $53.01 7A 3C 8P ' Operators Height, Base To Boom King Power Equipment Tower Crane Up To 175' In $52.44 7A 3C 8P Operators Height Base To Boom I ' King Power Equipment Transporters, All Track Or $51.89 7A 3C 8P Operators Truck Type King Power Equipment Trenching Machines $50.98 7A 3C 8P Operators , King Power Equipment Truck Crane Oiler/driver- 100 $51.40 7A 3C 8P Operators Tons And Over King Power Equipment Truck Crane Oiler/driver Under $50.98 7A 3C 8P ' Operators 1 100 Tons King Power Equipment Truck Mount Portable $51.40 7A 3C 8P Operators 'Conveyor (:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal ' pkg\Master Document-City of Renton rev 1 5-16-13.doc 10 County Trade Job Classification Wage Holiday Overtime Notes ' King Power Equipment Welder $51.89 7A 3C 8P -Operators King Power Equipment Wheel Tractors, Farmall Type $48.62 7A 3C 8P ' Operators King Power Equipment Yo Yo Pay Dozer $51.40 7A 3C 8P Operators King Power Equipment Asphalt Plant Operators $51.89 7A 3C 8P ' Operators-Underground Sewer&Water King Power Equipment Assistant Engineer $48.62 7A 3C 8P ' Operators-Underground Sewer&Water King Power Equipment Barrier Machine(zipper) $51.40 7A 3C 8P Operators-Underground Sewer.&Water King Power Equipment Batch Plant Operator, $51.40 7A 3C 8P Operators- Underground Concrete Sewer&Water ' King Power Equipment Bobcat $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Brokk- Remote Demolition $48.62 7A 3C 8P Operators- Underground Equipment Sewer&Water King Power Equipment Brooms $48.62 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Bump Cutter $51.40 7A 3C 8P Operators- Underground ' Sewer&Water King Power Equipment Cableways $51.89 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Chipper $51.40 7A 3C 8P Operators-Underground Sewer&Water ' King Power Equipment Compressor $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Concrete Pump:Truck Mount $51.89 7A 3C 8P Operators- Underground With Boom Attachment Over Sewer&Water 42 M King Power Equipment Concrete Finish Machine-laser $48.62 7A 3C 8P ' Operators- Underground Screed Sewer&Water King Power Equipment Concrete Pump-Mounted Or $50.98 7A 3C 8P Operators- Underground Trailer High Pressure Line ' Sewer&Water Pump, Pump High Pressure. King Power Equipment Concrete Pump:Truck Mount $51.40 7A 3C 8P Operators- Underground With Boom Attachment Up To ' I Sewer&Water 42m King Power Equipment Conveyors $50.98 7A 3C 8P Operators- Underground Sewer&Water [:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev t 5-I6-13.doc I l County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Cranes: 20 Tons Through 44 $51.40 7A 3C 8P , Operators-Underground Tons With Attachments Sewer&Water King Power Equipment Cranes: 100 Tons Through $52.44 7A 3C 8P Operators- Underground 199 Tons,Or 150'Of Boom ' Sewer&Water (Including Jib With Attachments King Power Equipment Cranes: 200 Tons To 300 $53.01 7A 3C 8P Operators-Underground Tons,Or 250'Of Boom ' Sewer&Water (including Jib With Attachments King Power Equipment Cranes: 45 Tons Through 99 $51.89 7A 3C 8P , Operators-Underground Tons, Under 150'Of Boom Sewer&Water (including Jib With Attachments), King Power Equipment Cranes: A-frame- 10 Tons $48.62 7A 3C 8P Operators-Underground And Under Sewer&Water King Power Equipment Cranes: Friction 100 Tons $53.01 7A 3C 8P ' Operators- Underground Through 199 Tons Sewer&Water King Power Equipment Cranes: Friction Over 200 $53.57 7A 3C 8P Operators-Underground Tons Sewer&Water King Power Equipment Cranes: Over 300 Tons Or $53.57 7A 3C 8P Operators- Underground 300'Of Boom (including Jib ' Sewer&Water With Attachments King Power Equipment Cranes:Through 19 Tons With $50.98 7A 3C 8P Operators- Underground Attachments A-frame Over 10 Sewer&Water Tons , King Power Equipment Crusher $51.40 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Deck Engineer/deck Winches $51.40 7A 3C 8P Operators- Underground (power) Sewer&Water King Power Equipment Derricks, On Building Work $51.89 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Dozers D-9& Under $50.98 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Drill Oilers:Auger Type,Truck $50.98 7A 3C 8P Operators- Underground Or Crane Mount Sewer&Water King Power Equipment Drilling Machine $51.40 7A 3C 8P Operators- Underground Sewer&Water , King Power Equipment Elevator And Man-lift: $48.62 7A 3C 8P . Operators Underground Permanent And Shaft Type Sewer&Water King Power.Equipment Finishing Machine, Bidwell And $51.40 7A 3C 8P , Operators- Underground Gamaco&Similar Equipment Sewer&Water King Power Equipment Forklift: 3000 Lbs And Over $50.98 7A 3C 8P lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 12 County Trade Job Classification Wage Holiday Overtime Notes Operators-Underground With Attachments Sewer&Water King Power Equipment Forklifts: Under 3000 Lbs.With $48.62 7A 3C 8P Operators- Underground Attachments Sewer&Water King Power Equipment Grade Engineer: Using Blue $51.40 7A 30 8P Operators-Underground Prints,Cut Sheets, Etc Sewer&Water King Power Equipment Gradechecker/stakeman $48.62 7A 3C 813 Operators-Underground ' Sewer&Water King Power Equipment Guardrail Punch $51.40 7A 3C 813 Operators-Underground Sewer&Water King Power Equipment Hard Tail End Dump $51.89 7A 3C 8P Operators- Underground Articulating Off- Road Sewer&Water Equipment 45 Yards. &Over King Power Equipment Hard Tail End Dump $51.40 7A 3C 8P Operators-Underground Articulating Off-road Sewer&Water Equipment Under 45 Yards King Power Equipment Horizontal/directional Drill $50.98 7A 3C 8P Operators- Underground Locator Sewer&Water King Power Equipment Horizontal/directional Drill $51.40 7A 3C 8P Operators- Underground Operator Sewer&Water King Power Equipment Hydralifts/boom Trucks Over $50.98 7A 3C 8P 'Operators-Underground - 10 Tons Sewer&Water King Power Equipment Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Operators-Underground Tons And Under Sewer&Water King Power Equipment Loader, Overhead 8 Yards. & $52.44 7A 3C 8P Operators- Underground Over Sewer&Water King Power Equipment Loader, Overhead, 6 Yards. $51.89 7A 3C 8P ' Operators-Underground But Not Including 8 Yards Sewer&Water King Power Equipment Loaders, Overhead Under 6 $51.40 7A 3C 8P Operators- Underground Yards Sewer&Water King Power Equipment Loaders, Plant Feed $51.40 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Loaders: Elevating Type Belt $50.98 7A 3C 8P Operators Underground Sewer&Water ' King Power Equipment Locomotives, All $51.40 7A 3C 8P Operators- Underground Sewer&Water ' King Power Equipment Material Transfer Device $51.40 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Mechanics,All (leadmen - $52.44 7A 3C 8P Operators- Underground $0.50 Per Hour Over 1ARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 13 I k County Trade. Job Classification Wage Holiday Overtime Notes Sewer&Water Mechanic) King Power Equipment Mixers:Asphalt Plant $51.40 7A 3C 81? Operators-Underground Sewer&Water King Power Equipment Motor Patrol Grader-Non- $50.98 7A 3C 8P Operators-Underground finishing Sewer&Water King Power Equipment Motor Patrol Graders, Finishing $51.89 7A 3C 8P ' Operators-Underground Sewer&Water King Power Equipment Mucking Machine, Mole, $51.89 7A 3C 8P Operators-Underground Tunnel Drill, Boring, Road Sewer&Water Header And/or Shield King Power Equipment Oil Distributors, Blower $48.62 7A 3C 8P Operators-Underground Distribution&Mulch Seeding , Sewer&Water Operator King Power Equipment Outside Hoists(elevators And $50.98 7A 3C 8P Operators-Underground Manlifts),Air Tuggers,strato Sewer&Water , King Power Equipment Overhead, Bridge Type Crane: $51.40 7A 3C 8P Operators- Underground 20 Tons Through 44 Tons Sewer&Water King Power Equipment Overhead, Bridge Type: 100 $52.44 7A 3C BP ' Operators- Underground Tons And Over Sewer&Water King Power Equipment Overhead, Bridge Type: 45 $51.89 7A 3C 8P , Operators-Underground Tons Through 99 Tons Sewer&Water King Power Equipment Pavement Breaker . $48.62 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Pile Driver(other Than Crane $51.40 7A 3C 813 Operators-Underground Mount) Sewer&Water King Power Equipment Plant Oiler-Asphalt, Crusher $50.98 7A 3C 8P Operators-Underground Sewer&Water , King Power Equipment Posthole Digger, Mechanical $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Power Plant $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Pumps-Water $48.62 7A 3C 81? , Operators-Underground Sewer&Water King Power Equipment Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Quick Tower- No Cab, Under $48.62 7A 3C 813 Operators- Underground 100 Feet In Height Based To Sewer&Water Boom , King Power Equipment Remote Control Operator On $51.89 7A 3C 8P Operators- Underground Rubber Tired Earth Moving lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal ' pkg\Master Document-City of Renton rev 15-16-13.doc 14 County Trade Job Classification Wage Holiday Overtime Notes Sewer&Water Equipment King Power Equipment Rigger And Bellman $48.62 7A 3C 8P Operators-Underground -Sewer&Water King Power Equipment Rollagon $51.89 7A 3C 813 Operators-Underground Sewer&Water King Power Equipment Roller,Other Than Plant Mix $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Operators- Underground Materials Sewer&Water King Power Equipment Roto-mill, Roto-grinder $51.40 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Saws -Concrete $50.98 7A 3C 813. Operators-Underground Sewer&Water King Power Equipment Scraper, Self Propelled Under $51.40 7A 3C 8P Operators- Underground 45'Yards Sewer&Water King Power Equipment Scrapers- Concrete&Carry $50.98 7A 3C 8P Operators- Underground All Sewer&Water 1 King Power Equipment Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Operators-Underground Yards And Over Sewer&Water I King Power Equipment Service Engineers- Equipment $50.98 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Shotcrete/gunite Equipment $48.62 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Operators- Underground Tractors Under 15 Metric Tons. ' Sewer&Water King Power Equipment Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Operators- Underground Over 30 Metric Tons To 50 Sewer&Water Metric Tons King Power Equipment Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Operators-Underground Tractors: 15 To 30 Metric Tons Sewer&Water King Power Equipment Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Operators-Underground Over 50 Metric Tons To 90 Sewer&Water Metric Tons King Power Equipment Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Operators- Underground Over 90 Metric Tons Sewer&Water King Power Equipment Slipform Pavers $51.89 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Spreader,Topsider& $51.89 7A 3C 8P Operators- Underground Screedman L\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\,Master Document-City of Renton rev 1 5-16-13.doc 15 County Trade Job Classification Wage Holiday Overtime Notes Sewer&Water King Power Equipment Subgrader Trimmer $51.40 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Tower Bucket Elevators $50.98 7A 3C 813 Operators-Underground Sewer&Water King Power Equipment Tower Crane Over 175'in $53.01 7A 3C 8P Operators-Underground Height, Base To Boom Sewer&Water King Power Equipment Tower Crane Up To 175' In $52.44 7A 3C 8P Operators-Underground Height Base To Boom Sewer&Water King Power Equipment Transporters,All Track Or $51.89 7A 3C 8P Operators- Underground Truck Type , Sewer&Water King Power Equipment Trenching Machines $50.98 7A 3C 8P Operators-Underground Sewer&Water , King Power Equipment Truck Crane Oiler/driver- 100 $51.40 7A 3C 8P Operators- Underground Tons And Over Sewer&Water King Power Equipment Truck Crane Oiler/driver Under $50.98 7A 3C 8P , Operators-Underground 100 Tons Sewer&Water King Power Equipment Truck Mount Portable $51.40 7A 3C 8P Operators-Underground Conveyor Sewer&Water f King Power Equipment Welder $51.89 7A 3C 8P Operators-Underground Sewer.&Water King Power Equipment Wheel Tractors, Farmall Type $48.62 7A 3C 8P Operators-Underground Sewer&Water King Power Equipment Yo Yo Pay Dozer $51.40 7A 3C 8P Operators- Underground Sewer&Water , King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers I , King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration &Air Journey Level $70.46 6Z 1 G Conditioning Mechanics t King Residential Brick Mason Journey Level $49.07 5A 1 M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Journey Level $22.64 1 Masons lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 1 5-16-13.doc 16 County Trade Job Classification Wage Holiday Overtime Notes King Residential Drywall Journey Level $38.60 5D 1 M Applicators King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $35.10 7L .--- 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers& Journey Level $34.69 1 Pi efitters King Residential Refrigeration & Journey Level $70.46 6Z 1G ' Air Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 1 R Workers ' King Residential Soft Floor Journey Level $41.78 5A 3D Layers King Residential Sprinkler Fitters Journey Level $40.81 5C 2R Fire Protection King Residential Stone Masons Journey Level $49.07 5A 1 M King Residential Terrazzo Journey Level $45.43 5A 1 M Workers King Residential Terrazzo(Tile Journey Level $21.46 1 Finishers #(ri7g Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1 R King Roofers Using Irritable Bituminous $46.90 5A 1R Materials King Sheet Metal Workers Journey Level(Field or Shop) $68.52 7F 1 E King Shipbuilding &Ship Repair Boilermaker $39.66 7M 1 H King Shipbuilding &Ship Repair Carpenter $38.24 70 313 King Shipbuilding &Ship.Repair Electrician $37.82 70 3B King Shipbuilding &Ship Repair Heat& Frost Insulator $56.93 5J is King Shipbuilding &Ship Repair Laborer $36.78 70 3B King Shipbuilding &Ship Repair Machinist $37.81 70 3B King Shipbuilding&Ship Repair Operator $40.15 70 313 King Shipbuilding &Ship Repair Painter $37.81 1 70 313 King Shipbuilding &Ship Repair Pipefitter $37.77 70 3B j King Shipbuilding &Ship Repair Rigger $37.76 70 313 King Shipbuilding &Ship Repair Sandblaster $36.78 70 3B King Shipbuilding &Ship Repair Sheet Metal $37.74 70 36 King Shipbuilding&Ship Repair Shipfitter $37.76 70 3B King Shipbuilding&Ship Repair Trucker $37.61 70 3B King Shipbuilding &Ship Repair Warehouse $37.65 70 36 King Shipbuilding&Ship Repair Welder/Burner $37.76 70 36 ' King Sign Makers& Installers Sign Installer $22.92 1 Electrical King Sign Makers& Installers Sign Maker $21.36 1 1ARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 17 r r F ounty Trade Job Classification Wage Holiday Overtime Notes (Electrical) , ing Sign Makers&Installers Sign Installer $27.28 1 Non-Electrical King Sign Makers&Installers Sign Maker $33.25 1 Non-Electrical ' King Soft Floor Layers Journey Level $41.78 5A 3D King Solar Controls For Journey Level $12.44 1 Windows King Sprinkler Fitters(Fire Journey Level $69.59 5C 1x Protection King Stage Rigging Mechanics Journey Level $13.23 1 Non Structural r King Stone Masons Journey Level $49.07 5A 1 M . King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers ' King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor King Surveyors Chainman $50.46 7A 3C 8P , King Surveyors Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Cable Splicer $35.09 5A 2B Construction -Outside King Telephone Line Hole Digger/Ground Person $19.22 5A 2B Construction -Outside King Telephone Line Installer(Repairer) $33.63 5A 2B Construction-Outside King Telephone Line Special Aparatus Installer 1 $35.09 5A 2B Construction-Outside King Telephone Line Special Apparatus Installer 11 $34.37 5A 2B Construction-Outside King Telephone Line Telephone Equipment $35.09 5A 2B r Construction-Outside Operator(Heavy) King Telephone Line Telephone Equipment $32.62 5A 2B Construction -Outside Operator(Light) King Telephone Line Telephone Lineperson $32.62 5A 2B Construction-Outside King Telephone Line Television Groundperson $18.65 5A 2B Construction-Outside King Telephone Line Television Lineperson/Installer $24.66 5A 2B Construction-Outside King Telephone Line Television System Technician $29.42 5A 2B Construction-Outside King Telephone Line Television Technician $26.43 5A 2B Construction-Outside King Telephone Line Tree Trimmer $32.95 5A 2B Construction-Outside King Terrazzo Workers Journey Level $45.43 5A 1 M King Tile Setters Journey Level $21.65 1 King Tile, Marble&Terrazzo Finisher $37.76 5A 1 B Finishers King Traffic Control Stripers Journey Level $41.53 7A 1 K lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 18 r County Trade Job Classification Wage Holiday Overtime Notes King Truck Drivers Asphalt Mix Over 16 Yards(W. $47.91 5D 3A 8L WA-Joint Council 28 King Truck Drivers Asphalt Mix To 16 Yards(W. $47.07 5D 3A 8L WA-Joint Council 28 King Truck Drivers Dump Truck&Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck(W.WA-Joint $47.07 5D 3A 8L Council 28 King Truck Drivers Other Trucks(W.WA-Joint $47.91 5D 3A 8L Council 28 King Truck Drivers Transit Mixer $43.23 1 King Well Drillers&Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers& Irrigation Oiler $12.97 1 Pump Installers King Well Drillers&Irrigation Well Driller $18.00 1 Pump Installers 1 1 1ARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Master Document-City of Renton rev 15-16-13.doc 19 r Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 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. 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 and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all.hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. 1 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten 10 hours worked on Saturday shall be aid at one and one-half times the hourly rate of wage. All ( ) Y P Y g 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. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten(10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays(except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. I W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday,Friday,and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during 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 r Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. ' C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at two times the hourly rate of wage. 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. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked t over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays(except for make-up days)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. 3. 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. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 r Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3. B. 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,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of i wage. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtone rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between 6:00 pm Monday through 6:00 am Saturday,shall be paid at an overtime rate of 15% over the hourly rate of wage.All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays-shall be paid at double the hourly rate of wage.Each week,once 40 hours of I straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,,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 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay.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. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. i Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving 'Day, Friday after Thanksgiving Day, and.Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). ( 4 Department of Labor and Industries sTATg O� Prevailing Wage 0 STATEMENT OF INTENT TO 902-5335 www a2 _ 2 PAY PREVAILING WAGES @ www.lni.wa.gov/TradesLicensing/PrevWe � oyo • This form must be typed or printed in ink. 1a89 Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required •PIease allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at Intent ID#(Assigned by L&I) https-//fortress wa o? ,/IniIpwianub/SearchFor asp Your Company Name Project Name Contract Number ABC Company,Inc. Road Repair 2011-01B Your Address Awarding Agency 1234 Main Street WA State Department of Tran lion City State Zip+4 Awarding Agency Addres Olympia WA 98501-1234 PO Box 47354 Your Contractor Registration Number Your UBI Number City State ip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awarding cy Contact Name %r5 ber 111,111-1 l John 555 Your Email Address(required for notification of approval) Your Phone Number County Where ill Be Performed y Where Work Will Be Performed prevailingwage @lni.wa.gov (555)555-5555 Olympia Your Expected Job Start Date(mm/dd/yyyy) Bid Due rime Co. 's Award Date(Prime Contractor's) 01/01/2011 8/01/201 08/10/2010 Job Site Address/Directions to Dollar Amount our Contract(including State Street @ Plum Street s or time and materials,if applicable. $1000.00 Does this project utilize American'Recovery and Reinvestment Act( 'Does this u e any weatherization or energy efficiency upgrade funds El Yes ®No (ARRA or o e)? ❑Yes ®No a - i IN Prime Contractors Company Name Pri Intent N tractor's Company Name XYZ Company,Inc. 1 45 Su avers,Inc. Prime Contractor's Registration Number Prime Con is Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 SUPERPA123AA 321456987 .P Do you intend to use ANY subcontracto . ❑Yes o Will employees perform work on this project? ®Yes ❑No Will ALL work be subcontracted? ®No Do you intend to use apprentice employees. ® es ❑No Number of Own er/O who own at Ap��th,comp ho will perform work on the project: ❑None(0) ®One(1) ❑Two(2) ❑Three(3) Craft sPtrades/ cupations Do not list app Nce; They are listed on the Affidavit of Wages Paid only.) Rate of Hourly If an employe rks in more than one trade,eat all hours worked in each trade are reported below. Number of Rate of Hourly Usual("Fringe")For additional trades/ ease dum A. Workers Pay Benefits Laborer-Asphal 2 39.28 5.00 Power Equipment Operator-Asphalt Plit Operator 1 48.04 235 Truck Driver-Asphalt Mix ds) 1 46.47 0.00 I hereby certify that I have read and understand the instructions to complete this fort and that the information,including any addenda,are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wa a Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: iSianature. Date: Approved by signature of the De artmetit of labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This Is only a notice.The EHB 2805 Addendum is not submitted with this Intent. SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 STAT Department of Labor and Industries 0,, Prevailing Wage o - STATEMENT OF INTENT TO (360)902-5335 1 r rM www.Ini.wa.gov/TradesLicensinz/ revWage 43 PAY PREVAILING WAGES • This form must be typed or printed in ink. ��`1889 aoy Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at Intent ID#(Assigned by L&I) hUs://fortress.wa.gov/lni/-pwigpub/SearchFor.asp ' Your Company Name Project Name Contract Number Your Address Awarding Agency iCity State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Your Expected Job Start ddlyyyy) Bid Due Date(Prime or's) Award Date(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials,if applicable. L El T&M Does this project utilize American Recovery and Reinvestment Act(ARRA)fun Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes C]No Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company N Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number Do you intend to use ANY subc ❑Yes ❑No Will employees perform work on this project? ❑Yes ❑No Will ALL work be subcontracted? ❑Yes ❑No Do you intend to use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Crafts/Trades/Occupations—(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly Number of Rate of Hourly only.)If an employee works in more than one trade,ensure that all hours worked in-each trade are reported Usual( Fringe ) below. For additional crafts/trades/occupations please use Addendum A. Workers Pay Benefits l E I hereby certify that I have read and understand the instructions to complete this form. That the information,including any addendum(s),are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailin gr Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Si ature: Date: Mile 1111 ii 111, Approved by the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent NUMBERED-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor&Industries INSTRUCTIONS 6 STATe Prevailing Wage Program ;�` °°� P.O.Box 44540m o STATEMENT OF INTENT TO PAY Olympia,Washington 98504-4540 8"t,B��°"2 PREVAILING WAGES Phone(360)902-5335/Fax(360)902-5300 FOR PUBLIC WORKS CONTRACTS. I COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form(without numbers)is included at the end of these instructions. Your Company Information- Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: hgps://fortress.wa.govAni/bbip/Search.as]x. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: hops://fortress.wa.eov/dol/dolproditdLicenseo ueryJ. d) Your Industrial Insurance Account Number— You can verify this number at: bns://fortress.wa.itov/lnVcrpsi/MainMenu.asDx?MessageId=2001. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices. You can access approved forms at:htips:Hfortress.wa.gov/lni/pwiapub/SearchFor.M. No notice of approval will be mailed. fl Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Will Be Performed—Enter the name of the county where the work will be performed. If the work will be performed in multiple counties,include the names of all counties where work will be performed. g) City Where Work Will Be Performed—Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city,or in multiple cities,include the name of the nearest city. Additional Details a) Your Expected Job Start Date—This is the date that you expect to begin work on the project. b) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. �I I t t Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you will be working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy)• c) Indicate the Total Dollar Amount of Your Contract—Enter the dollar amount of your contract, including the applicable sales tax. If this is a"time and materials"contract,please indicate this by checking the box next to"T&M." - ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter the information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Intent ID Number—Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:https:H fortress.wa.gov/lni/bbip/Search.aspxx. d) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:hops://fortress.wa.gov/dotldolprod/bpd6cense0uer+y . Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at:hops://fortress.wa.gov/lni/bbip/Search.aspxx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at:haps://fortress.wa.gov/dol/dolprod/bpdLicenseQuer . Employment Information-Enter information about the individuals who will perform work on this project: a) Do you intend to use subcontractors?—If PART of the work will be performed by subcontractors you will hire,check the"Yes"box. b) Will employees perform work on this project?-If employees,including apprentices,will perform any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. Do not list the.actual apprentice,just the craft/trade/occupation the apprentice will be working in. Also,please note the information regarding apprentices in"d"below. If you choose"No"and this changes later,you certify that You will submit a new Intent form listing workers. c) Will All work be subcontracted?—If ALL work will.be performed by subcontractors,check the "Yes"box. d) Do you intend to use apprentice employees?—If you plan to employ apprentices on this project please be aware: • Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. • Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct joumey-level prevailing rate of wage for the time preceding the date of registration. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number.of Owners/Operators who own at least 30%of the company who will perform work on this project—Indicate the number of Owners/Operator(s)who will perform work on this project.If no 30%+Owners/Operators will perform work on the project,check the box"None". Crafts/Trades/Occupations—List each craft/trade/occupation of all workers you plan to employ on this project. ' ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project,and you also indicated above that no employees will perform work on the project,or ALL work will be subcontracted,then you do not need to fill in this section.(Individuals who own less than 30%of the company are not considered to be Owners/Operators,and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form., Residential Construction—If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,to compliance with RCW 39.12.030,determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for?-Answer"yes"or"no"to each of the following options: �. a. Permanent residence only? b. Rehabilitation house? ' c. Transitional housing? d. .Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction—If you are using"Landscape Construction"or any of the sub-classifications within Landscape Construction(e.g.,Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,or Landscape Equipment Operators or Truck Drivers)you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of Work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project-the tasks you performed,equipment used, and tools used.Please provide as much detail as you can. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 --J c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape Construction,describe the type of equipment used,and list the size or rated capacity of the equipment. Number of Workers—Enter the number of journey-level workers you plan to employ on this project for that craft/trade/occupation. Rate of Hourly Pay—Enter the rate of hourly pay as defined by RCW 39.12.010,that you will actually pay the worker(s)for that craft/trade/occupation. 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 applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly Usual("fringe")Benefits for that craft/trade/occupation. This is the cost of usual benefits,as defined by RCW 39.12.010,that you will actually pay the worker(s). The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form.If you.do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: https://fortress.wa.goyAni/pwiapub/SearchFor.asi)(No notice of approval will be mailed). 4 k t f x -•• _ _-ate-= =:= _€° �'� - Prevailing wage rates are available on the Internet at: http://www.Ini.wa.sov/TradesLicensine/PrevWa:e/WageRates/default.asp Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 i Department of Labor and Industries ��STAT�o� AFFIDAVIT OF WAGES PAID Prevailing Wage Program o Q (360)902-5335 Public Works Contract www.lni.wa-¢ov/TradesLicensin¢/PrevWa¢e m ieav a°yam $40.00 Filing Fee Required • This form must be typed or printed in ink. Affidavit ID#(Assigned by L&I): • Fill in ALL blanks or the form will be returned for correction(see instructions). •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at SAMPLE hns://foi-tress.wa.gov/lnlL/pwiVQ Lb/SearchFor.asR Your Company Name Project Name Contract Number ABC Company Road Re air 1123-456 Your Address Awarding Agency 1234 Main Street WA St Department ojAnsportation City State Zip+4 Awarding Agency Add Olym is WA 98501-1234 PO Box 123 Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia WA 198501 Your Industrial Insurance Account Number Award' Agency Contact N Phone Number 111,111-11 John (555),555-5555 Your Email Address(required for notification of approval) Your Phone Number County Wh ork Was Performe C* il il, ere Work Was Performed prevailingwage@lni.wa.gov (555)555-5555 d, r n pia Your Job Start Date(mm/dd/yyyy) Your Date Work (Completed mm/d p d/yyyy) Bid Due "(Prime actor's) Award Date(Prime Contractor's) 2/1/2011 3/1/2011 _ 1/2011 1/5/2011 Job Site Address/Directions Your Approved Int n. a llaz Amount o>. Contract Plum and State Street 123456 (in es tax). I 1$10,000.00 EHB 2805(RCW 39.04.370)—Is the Prime Contractor's If yo ered"Yes"to the EBB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one million.dollars($1,000,000)? ❑Yes )later o complete and submit the EHB 2805 CW 39.04.370 Addendum. Jil - F - Does this project utilize American Recovery and Reinv," ct(ARRA) s this proj ize any weatherization or energy efficiency upgrade funds ❑Yes Z No ( r othe ise)? ❑Yes N No mat#a Prime Contractor's Company Name 'ring Contractor's Company Name XYZ Comp A Com an P Y P Y Prime Contractor's Registration Number tractor's ber ring Contractor's Registration Number Hiring Contractor's UBI Number XYZCI*0123AA X876 CBACI*0123AA 456789123 Did you use ANY sub co tors? ❑Yes Ad�e"du a uir N No Did employees perform work on this project? N Yes ❑No Was ALL work subcontrac d den u B Re uired N No Did you use apprentice employees. [I Yes N No s _ Number of Owner/Operators wlin<ti> 1 3 . ' the any who performed work on this project: El None(0) N One(1) El Two(2) ❑ Three(3) You must list the First and Last Names of an er/ ator performing work below List your Crafts/Trades/Occupations Below-For"' ey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Oper -must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. **Ap r_en a not recorded below.You must Benefits use Addendum D to list Apprentices. General Labor 2 153 41.23 8.54 Carpenter 5 210 52.26 10.13 - I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name:Jane Doe Print Title:Bookkee er Signature: Date:3/5/2011 APPROVED: Department of Labor and Industries By Industrial Statistician SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 I Department of Labor and Industries sTar Prevailing Wage Program o AFFIDAVIT OF WAGES PAID (360)902-5335 Public Works Contract www.Iiii.wagovfrradesLicensing/PrevWaize $40.00 Filing Fee Required J 8 • This form must be typed or printed in ink Affidavit ID#(Assigned by L&I) I • Fill in ALL blanks or the form will be returned for correction(see instructions). •Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at https://fortress.wa.eov/lni/pwiVub`/SearchFor.W qq Your Company Name - Project Name Contract Number Your Address .Awarding Agency City State Zip+4 Awarding Agency Address ' Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number tYour Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed 1 Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) Job Site Address/Directions i Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805(RCW 39.04370) ime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one lars($1,000,000)? ❑Yes ❑No later you must com plete and submit the EHB.2805(RCW 39.04370)Addendum. 1 Does this project utilize American Recovery and Reinvestment Act(ARRA)fund es this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No or otherwise)? ❑Yes ❑No Prime Contractor's Company Name Hiring Contractor's Company N Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Did you use ANY subcontractors? ❑Yes(Addendum B Required) ❑No Did employees erform work on this project?Y P P j ❑Yes ❑No 1 Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. "Apprentices are not recorded below.You must Benefits use Addendum D to list Apprentices. I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: APPROVED: Department of Labor and Industries By Industrial Statistician Numbered Version of F700-007-000 Affidavit of Wages Paid 3-2011 Department of Labor&Industries Prevailing Wage Program �QgST"rE< INSTRUCTIONS P.O.Box 44540 Olympia,Washington 98504-4540 y,= AFFIDAVIT OF WAGES PAID FOR Phone(360)902-5335/Fax(360)902-5300 9t PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition,a completed sample form(without numbers)is included at the end of these instructions. Your Company Information— Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: b=s://fortress.wa.gov/lni/bbip/Search.asDx. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: fts://fortress.wa.gov/dol/dolprodftdLicenseQue d) Your Industrial Insurance Account Number— You can verify this number at: hgps://fortress.wa.gov/lni/posi/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices.You can access approved forms at:https:Hfortress.wa. og v/lni/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract.This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Was Performed—Enter the name of the county where the work was performed. If the work was performed in multiple counties,include the names of all counties where work was performed. g) City Where Work Was Performed—Enter the name of the city where the work was performed. If the work was performed outside the limits of any city,or in multiple cities,include the name of the nearest city. Additional Details a) Your Job Start Date—This is the date that you began work on the project. b) Your Date Work Completed—This is the date you completed work on the project.You cannot have a date in the future. c) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. d) Your Approved Intent ID#—Enter the 6-digit number,assigned by L&I,from the approved Intent form filed for this project. Instructions to F700-007-000 Affidavit of Wages Paid 12-2010 Page 3 of 5 Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you are working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the Awarding Agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract—Enter the total amount of your contract, including the applicable sales tax. You must enter the final amount of your contract. You cannot enter Time and Materials on an Affidavit of Wages Paid. .........___. ERB 2805(RCW 39.04.370) -F700-164-000 is an addendum to your Affidavit of Wages Paid Form.RCW 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1,2010 and 1 December 31,2013 if the Prime's contract is at a cost of over one million dollars($1,000,000).If you fail to properly provide the requested information more than one time between September 1,2.010 and December 31,2013,pursuant to RCW 39.04.350(1)(f)you will not be considered a responsible bidder qualified to be awarded a public works project. Use as many of these forms as you need in order to provide the requested information for all relevant project items. . This is an addendum to form F700-007-000. ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter information about the contractor who has the direct - contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:bus://fortress.wa.eovMi/bbip/Search.am ' c) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:https:H fortress.wa.gov/dol/dol.prodlpdLicenseQuery/. Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at:https:H fortress.wa.govMi/bbip/Search.aspx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at:htWs:H fortress.wa.gov/dol/dolprod/bpdLicenseOuery/. Employment Information—Enter information about the individuals who performed work on this project: a) Did you use any subcontractors?-If PART of the work was performed by subcontractors you hired, check the"Yes"box and complete Addendum B. b) Did employees perform work on this project?-If employees,including apprentices,performed any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation: If you utilized apprentices on this project you must complete Addendum D. C) ALL work subcontracted?-If ALL work was performed by subcontractors,check the"Yes" box and complete Addendum B. d) Did you use apprentice employees?—If you used apprentices on this project please be aware: Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 ,I- 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct joumey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct joumey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(3 60)902-5324. e) Number of Owners/Operators who own at least 30%of the company who performed work on the project—Indicate the number of Owners/Operators who performed work on the project.If no 30%+ Owners/Operators performed work on the project,check the box"None". Crafts/Trades/Occupations and Apprentices—List the craft/trade/occupation of each worker,journey-level and apprentice,employed on this project. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators worked on this project,and you also indicated above that no employees performed work on the project,and that ALL work was subcontracted,then you do not need to fill in this section. Individuals who own less than 30%of the company are not considered ll Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed. Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction-If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for(answer"yes"or"no"to each of the following options)?: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 i Landscape Construction-If you are using"Landscape Construction"or any of the sub-classifications within Landscape Construction(e.g.Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,Landscape Equipment Operators or Truck Drivers)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if Landscape Construction rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project=the tasks you performed,equipment used,and tools used.Please provide as much detail as you can. c. If the project involves installing an irrigation system,trenching,installing French �• drains or other subsurface water collection systems,or spreading top soil or mulch,please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used,describe the type,and list the size or rated capacity of the equipment. ❖ Apprentices—If you employed apprentices on this project,list each apprentice by Name,Registration Number,Trade,the number of hours the individual had completed in the program when they started work(Beginning Hours)and ended work(Ending Hours)on the project,Beginning and Ending dates of work performed on this project, and Rate of Hourly Pay and Usual("Fringe")Benefits. 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of:hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than j oumey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5366. Number of Workers—Enter the number of journey-level workers employed on this project for that craft/trade/occupation. Total Number of Hours Worked—Enter the number of hours worked for that Craft/Trade/Occupation. Rate of Hourly Pay—Enter the rate of hourly pay,as defined by RCW 39.12.010,that you actually paid the workers for that Craft/Trade/Occupation. 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 applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits,as defined by RCW 39.12.0.10,that you actually paid to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form.If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: https:ll fortress.wa.gov/lni[pwiapub/SearchFor.asp(No notice of approval will be mailed). i Prevailing wage rates are available on the Internet at: hM://www.H.wa.gov/TradesLicensin&LPrevWage/Wag eRates/default.aso Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 f 1 1 1 1 II ' 1 AMENDMENTS 1 l EASTSIDE GA APRON REHABILITATION Amendments 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2012 4 Standard Specifications for Road, Bridge, and Municipal Construction. 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 The following Amendments to the Standard Specifications are made a part of this contract and 7 supersede any conflicting provisions of the Standard Specifications. For informational purposes, 8 the date following each Amendment title indicates the implementation date of the Amendment or 9 the latest date of revision. 10 Each Amendment contains all current revisions to the applicable section of the Standard 11 Specifications and may include references which do not apply to this particular project. 12 1-01.AP1 13 Section 1-01, Definition and Terms 14 August 6, 2012 15 1-01.3 Definitions 16 The definition for"Bid Documents" is revised to read: 17 The component parts of the proposed Contract which may include, but are not limited to, the 18 Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, 19 and, for projects with Contracting Agency subsurface investigations, the Summary of 20 Geotechnical Conditions and subsurface boring logs (if any). 21 The definition for"Superstructures".is revised to read: 22 The part of the Structure above: 23 1. The bottom of the grout pad for the simple and continuous span bearing, or 24 2. The bottom of the block supporting the girder, or 25 3. Arch skewback and construction joints at the top of vertical abutment members or 26 rigid frame piers. 27 Longitudinal limits of the Superstructure extend from end to end of the Structure in 28 accordance with the following criteria: 29 1. From the face of end diaphragm abutting the bridge approach embankment for end 30 piers without expansion joints, or 31 2. From the end pier expansion joint for bridges with end pier expansion joints. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 1 t EASTSIDE GA APRON REHABILITATION Amendments 1 Superstructures include, but are not limited to, the bottom slab and webs of box girders, the _ 2 bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge 3 deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and 4 railing attached to the Superstructure when such Superstructure components are not 5 otherwise covered by separate unit measured or lump sum bid items. ' 6 Superstructures do not include endwalls, wingwalls, barrier and railing attached to the 7 wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 8 1-02.AP1 9 Section 1-02, Bid Procedures and Conditions 10 January 2, 2012 11 1-02.4(2) Subsurface Information 12 The first two sentences in the first paragraph are revised to read: 13 If the Contracting Agency has made subsurface investigation of the site of the proposed 14 work, the boring log data, soil sample test data, and geotechnical recommendations reports 15 obtained by the Contracting Agency will be made available for inspection by the Bidders at 16 the location specified in the Special Provisions. The Summary of Geotechnical Conditions, 17 as an appendix to the Special Provisions, and the boring logs shall be considered as part of 18 the Contract. 19 1-03.AP1 20 Section 1-03, Award and Execution of Contract 21 April 2,2012 22 1-03.1(1) Tied Bids 23 This section's title is revised to read: 24 1-03.1(1) Identical Bid Totals 25 1-05.AP1 26 Section 1-05, Control of Work 27 August 6,2012 28 1-05.13(1) Emergency Contact List 29 The second sentence in the first paragraph is revised to read: 30 The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, 31 the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) 32 Lead and the Traff ic Control Supervisor. 33 1-06.AP1 34 Section 1-06, Control of Material 35 January 7, 2013 36 1-06.1(4) Fabrication Inspection Expense 37 The first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 2 EASTSIDE GA APRON REHABILITATION Amendments 1 In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, 2 Washington, the Contracting Agency will deduct from payment due the Contractor costs to 3 perform fabrication inspection on the following items: 4 • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and 5 Spherical) 6 • Cantilever Sign Structures and Sign Bridges 7 . Epoxy-Coated Reinforcing Steel 8 • Metal Bridge dge Rallmg and Handrail 9 • Modular Expansion Joints 10 • Painted Piling and Casing 11 • Painted and Powder-Coated Luminaire and.Signal Poles 12 • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers 13 • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary 14 Sewer Pipe 15 • Precast Concrete Three Sided Structures 16 • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box 17 Culverts 18 • Precast Concrete Traffic Barrier 19 • Precast Concrete Marine Pier Deck Panels 20 • Precast Concrete Floor Panels 21 • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels 22 • Precast Concrete Retaining Walls, including Lagging Panels 23 • Prestressed Concrete Girders and Precast Bridge Components 24 • Prestressed Concrete Piles 25 • Seismic Retrofit Earthquake Restrainers 26 • Soldier Piles 27 • Steel Bridges and Steel Bridge Components AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 3 EASTSIDE GA APRON REHABILITATION Amendments 1 • Steel Column Jackets 2 • Structural Steel for Ferry Terminals; including items such as Dolphins, Wingwalls, 3 and Transfer Spans 4 • Treated Timber and Lumber 6-inch by 6-inch or larger ' 5 • Timber 6 • Additional items as may be determined by the Engineer 7 The footnote below the table is revised to read: ' 8 An inspection day includes any calendar day or portion of a calendar day spent by one 9 inspector inspecting, on standby, or traveling to and from a place of fabrication. An 10 additional cost per inspection day will be assessed for each additional inspector. 11 Reimbursement will be assessed at$280.00 per day for weekends and holidays for each 12 on site inspector in travel status, but not engaged in inspection or travel activities when 13 fabrication activities are not taking place. 14 1-07.AP1 15 Section 1-07, Legal Relations and Responsibilities to the Public 16 April 1, 2013 17 11-07.1 Laws to be Observed 18 The following two sentences are inserted after the first sentence in the third paragraph: 19 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which 20 requires employers to provide a safe workplace. More specifically WAC 296.800.11025 21 prohibits alcohol and narcotics from the workplace. 22 1-07.9(2) Posting Notices 23 This section is revised to read: 24 Notices and posters shall be placed in areas readily accessible to read by employees. The 25 Contractor shall ensure the following are posted: 26 1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW 27 published by US Department of Labor. Post for projects with federal-aid funding 28 2. FHWA-1022 (revised 11/11) - NOTICE Federal-Aid Project published by Federal 29 Highway Administration (FHWA). Post for projects with federal-aid funding 30 3 WH 1321 (revised 04/09) - Employee Rights under the Davis-Bacon Act published by 31 US Department of Labor. Post for projects with federal-aid funding 32 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act 33 published by US Department of Labor. Post on all projects AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 4 i EASTSIDE GA APRON REHABILITATION Amendments 1 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The 2 Family and Medical Leave Act published by US Department Of Labor. Post on all 3 projects 4 6. WHD-1462 (revised 01/12) — Employee Polygraph Protection Act published by US 5 Department of Labor. Post on all projects 6 7. F416-081-909 (revised 12/12) - Job Safety and Health Law published by Washington 7 State Department of Labor and Industries. Post on all projects 8 8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington State 9 Department of Labor and Industries. Post on all projects 10 9. F700-074-909 (revised 12/12) —Your Rights as a Worker in Washington State by 11 Washington State Department of Labor and Industries (L&I). Post on all projects 12 10. EMS 9874 (revised 04112) - Unemployment Benefits published by Washington State 13 Employee Security Department. Post on all projects 14 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages"for the 15 Contractor, each Subcontractor, each lower tier subcontractor, and any other firm 16 (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 17 because of the definition of "Contractor" in WAC 296-127-010 18 12. Post one copy of the prevailing wage rates for the project 19 1-07.9(5) Required Documents 20 Item number 2. in the first paragraph is revised to read: 21 2. A copy of an approved "Affidavit of Prevailing Wages Paid", State L&I's form number 22 F700-007-000. The Contracting Agency will not grant Completion until all approved 23 Affidavit of Wages paid for Contractor and all Subcontractors have been received by the 24 Project Engineer. The Contracting Agency will not release to the Contractor any funds 25 retained under RCW 60.28.011 until all of the "Affidavit of Prevailing Wages Paid" forms 26 have been approved by State L&I and a copy of all the approved forms have been 27 submitted to the Engineer. 28 1-07.14 Responsibility for Damage �. 29 The fifth paragraph is revised to read: 30 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent 31 negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the 32 Contractor or the Contractor's agent or employees, the indemnity provisions provided in the 33 preceding paragraphs of this Section shall be valid and enforceable only to the extent of the 34 Contractor's negligence or the negligence of its agents and employees. 35 1-07.15 Temporary Water Pollution/Erosion Control 36 The third paragraph is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 5 EASTSIDE GA APRON REHABILITATION Amendments ' 1 1-08.AP1 2 Section 1-08, Prosecution and Progress 3. April 1,2.013 4 1-08.1 Subcontracting 5 In the eighth paragraph, "Contracting Agency' is revised to read "WSDOT'. 6 1-08.3(1) General Requirements 7 The following new paragraph is inserted after the first paragraph: ' 8 Total float belongs to the project and shall not be for the exclusive benefit of any party. 9 1-08.5 Time for Completion 10 The last paragraph in this section is supplemented with the following: 11 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all ' 12 Subcontractors 13 1-08.7 Maintenance During Suspension E14 The second paragraph is revised to read: 15 At no expense to the Contracting Agency, the Contractor shall provide through the 16 construction area safe, smooth, and unobstructed roadways and pedestrian access routes ' 17 for public use during the suspension (as required in Section 1-07.23 or the Special 18 Provisions) This may include a temporary road, alternative pedestrian access route or 19 detour. 20 1-09.AP1 21 Section 1-09, Measurement and Payment 22 April 1, 2013 23 1-09.1 Measurement of Quantities 24 The following new sentence is inserted after the sentence "`Ton":2,000 pounds of avoirdupois 25 weight": 26 Items of payment that have "Lump Sum" or "Force Account' in the Bid Item of Work shall 27 have no specific unit of measurement requirement. 28 1-09.2(5) Measurement ' 29 The second sentence in the first paragraph is revised to read: 30 The frequency of verification checks will be such that at least one test weekly is performed 31 for each scale used in weighing contract items of Work. 32 1-09.6 Force Account 33 In item No.3. For Equipment, the last sentence in the third sub-paragraph is revised to read: 1 34 In the event that prior quotations are not obtained and the vendor is a firm independent from 35 the Contractor or Subcontractor, then after-the-fact quotations may be obtained by the ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 6 EASTSIDE GA APRON REHABILITATION Amendments 1 Engineer from the open market in the vicinity and the lowest such quotation may be used in 2 place of submitted 0 invoice. 3 3-04.AP3 4 Section 3-04,Acceptance of Aggregate 5 April 1,2013 6 3-04.3(7)D4 An Entire Lot 7 The last sentence is deleted. 8 3-04.3(8) Price Adjustments for Quality of Aggregate 9 The calculation in the first paragraph is revised to read: i 10 Aggregate Compliance Price Adjustment = (Composite Pay Factor — 1.00) 11 (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever 12 is higher.) 13 3-04.5 Payment 14 In the second paragraph, the reference "Section 3-04.3(6)C " is revised to read "Section 3- 15 04.3(8)". 16 In Table 1, the top two rows are revised to read the following three new rows: 9-03.1 Concrete Aggregate (except 2000 1000' $15.002 $30.002 pavement) 9-03.1 Concrete Aggregate (pavement) 4000 2000' $15.002 $30.002 9-03.4(2) Crushed Screening3 1000 500 $20.002 $40.00 17 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall' is 18 revised to read: 9- Gravel Borrow for Structural Earth 4000 12000 $ $ 03.14(4) 1 Walls 19 The footnotes below the Table 1 are revised to read: 20 1. Based on 1000 CY of Concrete. 21 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 22 3 Contingent unit price per S.Y. is $0.30. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 7 EASTSIDE GA APRON REHABILITATION Amendments 1 In Table 2, the first row is revised to read: ' 9-03.1 1 Concrete Aggregate (all concrete aggregate - 2 2 2 1 10 1 20 including pavement) ' 2 In Table 2, the row containing the item "Gravel Backfill for Foundations Class An is revised to 3 read: 9-03.12(1)A Gravel Backfill for Foundations Class A3 4 In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is ' 5 revised to read: F 9- Gravel Borrow for Structural Earth 2 2 5 5 5 10 Other4 03.14(4) Walls 6 The footnotes below the Table 2 are supplemented with the following: I ' 7 3 Use the price adjustment factors for the material that is actually used. 8 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. ' 9 5-01.AP5 10 Section 5-01, Cement Concrete Pavement Rehabilitation 11 April 1, 2013 ' 12 5-01.3(2)B Portland Cement Concrete 13 The fifth sentence in the third paragraph is revised to read: 14 The lower Specification limit for compressive strength shall be 4,000-psi. ' 15 The last two sentences in the third paragraph are deleted. 16 5-01.3(4) Replace Portland Cement Concrete Panel 17 This section is supplemented with the following: 18 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at no 19 cost to the Contracting Agency. Epoxy-coated dowel bars meeting the requirements of ' 20 Section 9-07.5(1) may be substituted for the corrosion resistant dowel bars specified. 21 5-01.3(11) Concrete Slurry ' 22 This section including title is revised to read: 23 5-01.3(11)Concrete Slurry and Grinding Residue 24 All concrete slurry and grinding residue shall be removed from the pavement surface on a 25 continual basis immediately behind the grinding or cutting operations. Slurry shall not be AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 8 EASTSIDE GA APRON REHABILITATION Amendments 1 allowed to drain into an area open to traffic, off of the paved surface or into any drainage 2 structure. 3 The Contractor shall collect the concrete slurry and grinding residue from the pavement �{ 4 surface and dispose of it in accordance with Section 2-03.3(7)C. �I 5 Opening to traffic shall meet the requirements of Section 5-05.3(17). 6 5-02.AP5 7 Section 5-02, Bituminous Surface Treatment 8 August 6, 2012 9 5-02.2 Materials 10 The following new paragraph is inserted after the second paragraph: 11 Each source of aggregate for bituminous surface treatment shall be evaluated separately for 12 acceptance in accordance with Section 3-04. 13 5-04.AP5 14 Section 5-04, Hot Mix Asphalt 15 April 1,2013 16 5-04.2 Materials 17 The following material reference is deleted from this section: Q 18 Blending Sand 9-03.8(4) 19 The fourth paragraph is revised to read: 20 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder 21 from different sources is not permitted. 22 5-04.3(7)A1 General 23 This section is supplemented with the following: Q 24 The Contractor shall include the brand and type of anti-stripping additive in the mix design 25 submittal and provide certification from the asphalt binder manufacture that the anti-stripping 26 additive is compatible with the crude source and formulation of asphalt binder proposed in 27 mix design. 28 5-04.3(7)A3 Commercial Evaluation a 29 The second sentence in the second paragraph is deleted. 30 5-04.3(10)B3 Longitudinal Joint Density 31 The section including title is revised to read: 32 5-04.3(10)B3 Vacant 33 5-04.3(11)D General AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 9 EASTSIDE GA APRON REHABILITATION Amendments ' 1 The last sentence in the first paragraph is deleted. ' 2 5-04.3(12)A Transverse Joints 3 In the second paragraph"planning" is revised to read "planing". 4 ' 5 5-04.3(20) Anti-Stripping Additive 6 This section is revised to read: 7 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 8 shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical ' 9 evaluation the anti-stripping additive shall be added in the amount designated in the 10 WSDOT mix design/anti-strip evaluation report provided by the Contracting Agency. For 11 HMA accepted by commercial evaluation the Project Engineer will determine the amount of 12 anti-strip to be added; paving shall not begin before the anti-strip requirements have been 13 provided to the Contractor. 14 5-04.4 Measurement 15 The first sentence in the first paragraph is revised to read: 16 HMA Cl. _ PG HMA for Cl. _ PG _, and Commercial HMA will 17 beomeasured by the,ton in accordance with Section 1-09.2, with no deduction being made 18 for the weight of asphalt binder, mineral filler, or any other component ofOthe mixture. 19 The last paragraph is deleted. 20 5-04.5 Payment 21 The bid item "Longitudinal Joint Density Price Adjustment', by calculation and paragraph ' 22 following bid item are deleted. 23 6-02.AP6 24 Section 6-02, Concrete Structures 25 January 7, 2013 26 6-02.3(2) Proportioning Materials ' 27 The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the table 28 titled "Cementitious Requirement for Concrete" is revised to read: ' 29 **""145 30 The following new note is inserted after the note "*** No maximum specified" in the table titled 31 "Cementitious Requirement for Concrete": 32 ****Maximum of 200 pounds 33 The paragraph following the table"Cementitious Requirements for Concrete" is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 10 I EASTSIDE GA APRON REHABILITATION Amendments 1 When both ground granulated blast furnace slag and fly ash are included in the concrete 2 mix; the total weight of both these materials is limited to 40 percent by weight of the total 3 cementitious material for concrete Class 4000D and 4000A, and 50 percent by weight of the 4 total cementitious material for all other classes of concrete. 5 6-02.3(2)B Commercial Concrete �I 6 The second paragraph is revised to read: 7 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 8 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB and 9 RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post footings, 10 sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial 11 concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious 12 material content of 564 pounds per cubic yard of concrete, shall be air entrained, and the 13 tolerances of Section 6-02.3(5)C shall apply. 14 6-02.3(2)D Lean Concrete 15 This section is revised to read: 16 Lean concrete shall meet the cementitious requirements of Section 6-02.3(2) and have a 17 maximum water/cement ratio of 2. 18 6-02.3(4)A Qualification of Concrete Suppliers 19 The first paragraph is revised to read : 1 20 Batch Plant Prequalification requires a certification by the National Ready Mix Concrete 21 Association (NRMCA). Information concerning NRMCA certification may be obtained from O 22 the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The 23 NRMCA certification shall be valid for a 2-year period from the date of certificate. The 24 following documentation shall be submitted to the Project Engineer; a copy of the current 25 NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), 26 along with copies of the truck list, batch plant scale certification, admixture dispensing 27 cerification, and volumetric water batching devices (including water meters) verification. 28 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and 29 Air Control 30 The last sentence in the second paragraph is revised to read: 31 Sampling shall be performed in accordance with WSDOT FOP for WAOTC TM 2 and 32 random samples shall be selected in accordance with WSDOT TM 716. 33 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 34 This section is revised to read: 35 The Contractor shall submit the pigmented sealer manufacturer's written instructions 36 covering, at a minimum, the following: 37 1. Surface preparation U I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK A Revised: 4/1/2013 Page 11 EASTSIDE GA APRON REHABILITATION Amendments 1 2. Application methods 2 3. Requirements for concrete curing prior to sealer application ' 3 4. Temperature, humidity and precipitation limitations for application 4 5. Rate of application and number of coats to apply 5 The Contractor shall not begin applying pigmented sealer to the surfaces specified to 6 receive the sealer until receiving the Engineer's approval of the submittal. 7 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 8 surface finish (except that concrete barrier surfaces shall be finished in accordance with 9 Section 6-02.3(11)A). The Contractor shall not apply pigmented sealer from a batch greater ' 10 than 12 months past the initial date of color sample approval of that batch by the Engineer. 11 The pigmented sealer color or colors for specific concrete surfaces shall be as specified in 12 the Special Provisions. 13 The final appearance shall be even and uniform without blotchiness, streaking or uneven 14 color. Surface finishes deemed unacceptable by the Engineer shall be re-coated in ' 15 accordance with the manufacturer's recommendations at no additional expense to the 16 Contracting Agency. 17 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 18 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot 19 below the finish ground line, unless otherwise shown in the Plans. 20 6-02.3(16) Plans for Falsework and Formwork 21 Item No. 4 in the seventh paragraph is revised to read: 22 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 23 Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. ' 24 The following paragraph is inserted after the seventh paragraph: 25 Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high 26 (excluding pedestal height) provided: 27 1. Concrete placement rate is 4 feet per hour or less. 28 2. Facing is 3/4-inch plywood with grades as specified per Section 6-02.3(17)1. 29 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 30 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's 31 spaced at 24 inches. 32 6-02.3(17)F Bracing ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 12 EASTSIDE GA APRON REHABILITATION Amendments 1 In the first paragraph, the phrase "per Section 6-02.3(17)1' is revised to read "in accordance with 2 Section 6-02.3(17)1". 3 This section is supplemented with the following new sub-section: 4 6-02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge Deck 5 Concrete Placement 6 Prestressed concrete girders shall be braced to resist forces that would cause rotation or 7 torsion in the girders caused by the placing of precast concrete deck panels and concrete for 8 the bridge deck. 9 Bracing shall be designed and detailed by the Contractor and shall be shown in the 10 falsework/formwork plans submitted to the Engineer for approval. These braces shall be 11 furnished, installed, and removed by the Contractor at no additional cost to the Contracting 12 Agency. The Contractor may consider the bracing effects of the diaphragms in developing 13 the falsework/formwork plans. The Contractor shall account for the added load from 14 concrete finishing machines and other construction loadings in the design of the bracing. (( 15 Falsework support brackets and braces shall not be welded to structural steel bridge 16 members or to steel .reinforcing bars. 17 6-02.3(17)F4 Temporary Bracing for Bridge Girders 18 This section including title is revised to read: 19 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection 20 Steel girders shall be braced in accordance with Section 6-03.3(7)A. 21 Prestressed concrete girders shall be braced sequentially during girder erection. The 22 bracing shall be designed and detailed by the Contractor and shall be shown in the 23 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall 24 furnish, install, and remove the bracing at no additional cost to the Contracting Agency. 25 At a minimum, the Contractor shall brace girders at each end and at mid span to prevent 26 lateral movement or rotation. This bracing shall be placed prior to the release of each girder 27 from the erection equipment. If the bridge is constructed with cast-in-place concrete 28 diaphragms, the bracing may be removed once the concrete in the diaphragms has been 29 placed and cured for a minimum of 24 hours. 30 6-02.3(17)H Formwork Accessories 31 The first paragraph is deleted and replaced with the following two new paragraphs: 32 Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts, 33 and similar hardware shall be specifically identified in the formwork plans including the name 34 and size of the hardware, manufacturer, safe working load, and factor of safety.The grade of 35 steel shall also be indicated for threaded rods, coil rods, and similar hardware. Wire form 36 ties shall not be used. Welding or clamping formwork accessories to Contract Plan 37 reinforcing steel will not be allowed. Driven types of anchorages for fastening forms or form AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 13 II EASTSIDE GA APRON REHABILITATION Amendments ' 1 supports to concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of 2 holes in prestressed girders is not allowed. 3 Taper ties may be used provided the following conditions are met: 4 1. The structure is not designed to resist water pressure (pontoons, floating dolphins, 5 detention vaults, etc.) 6 2. After the taper tie is removed, plugs designed and intended for plugging taper tie 7 holes shall be installed at each face of concrete. The plug shall be installed a 8 minimum of 1 1/2"clear from the face of concrete. 9 3. After the plug is installed, the hole shall be cleaned of all grease, contamination and 10 foreign matter. 11 4. Holes on the exposed faces of concrete shall be patched and finished to match the 12 surrounding concrete. 13 6-02.3(25)N Prestressed Concrete Girder Erection 14 The third sentence in the fifth paragraph is revised to read: ' 15 The F4 and irders shall be braced in accordance with Sections 6-02.3 17 6-02.3(17)F5. 9 ( ) 16 6-02.3(26)E5 Leak Tightness Testing 17 The first sentence in the first paragraph is revised to read: 18 The Contractor shall test each completed duct assembly for leak tightness after placing 19 concrete but prior to placing post tensioning reinforcement. 20 The second paragraph is revised to read: 21 Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and 22 drains shall either be capped or have their shut-off valves closed. The Contractor=shall ' 23 pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure 24 shall be held for five minutes to allow for internal adjustments within the assembly. After,five 25 minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the 26 pressure maintained within the closed assembly, and any subsequent loss of pressure, over 27 a period of one minute following the closure of the air supply valve. The maximum pressure 28 loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The 29 maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. 30 if the pressure loss exceeds the allowable, locations of leakage shall be identified, repaired 31 or reconstructed using methods approved by the Engineer. The repaired system shall then 32 be retested. The cycle of testing, repair and retesting of each completed duct assembly shall 33 continue until the completed duct assembly completes a test with pressure loss within the 34 specified amount. 35 6-03.AP6 36 Section 6-03, Steel Structures 37 April 2, 2012 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 14 EASTSIDE GA APRON REHABILITATION Amendments 1 6-03.3(28)A Method of Shop Assembly 2 The first sentence in Item 2.C. is revised to read: 3 For Trusses and Girders — After the first stage has been completed, each subsequent 4 stage shall be assembled to include: at least one truss panel or girder shop section of the 5 previous stage and two or more truss panels or girder shop sections added at the advancing 6 end. 7 6-05.AP6 8 Section 6-05, Piling 9 August 6, 2012 10 6-05.5 Payment 11 The paragraph following the bid item, "Driving St. Pile", per each is revised to read: I 12 The unit Contract price per each for "Driving (type) Pile ( )" shall be full pay for driving 13 the pile to the ultimate bearing and/or penetration specified. 14 6-06.AP6 15 Section 6-06, Bridge Railings 16 August 6, 2012 17 6-06.3(2) Metal Railings 18 The third paragraph is revised to read: 19 Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacing tl 20 of the bottom channels or anchorage plates. 21 6-07.AP6 22 Section 6-07, Painting 23 April 2, 2012 24 6-07.3(9)A Paint System 25 The first sentence in the second paragraph is revised to read: 26 All paint coating components of the selected paint system shall be produced by the same 27 manufacturer. 28 6-07.3(10)H Paint System 29 The first and second sentences in the second paragraph are revised to read: 30 All paint coating components of the selected paint system shall be produced by the same 31 manufacturer. 32 6-10.AP6 33 Section 6-10, Concrete Barrier 34 August 6, 2012 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 41112013 Page 15 EASTSIDE GA APRON REHABILITATION Amendments 1 6-10.3 Construction Requirements 2 This section is supplemented with the following: 3 Steel welded wire reinforcement deformed, conforming to Section 9-07.7, may be 4 substituted in concrete barrier in place of deformed steel bars conforming to Section 9-07.2, 5 subject to the following conditions: 6 1. Steel welded wire reinforcement spacing shall be the same as the deformed steel bar 7 spacing as shown in the Standard Plans. j8 2. The minimum cross sectional area for steel welded wire reinforcement shall be no 9 less than 86 percent of the cross sectional area for the deformed steel bars being 10 substituted. 11 3. Development lengths and splice lengths shall conform to requirements specified in 12 the AASHTO LRFD Bridge Design Specifications, current edition. 13 6-10.5 Payment 14 In the second paragraph,the bid item "Conc. Class 4000" is revised to read: 15 "Conc. Class 4000_" 16 6-12.AP6 17 Section 6-12, Noise Barrier Walls 18 August 6, 2012 19 6-12.3(3) Shaft Construction 20 The third sentence in the fifth paragraph is revised to read: 21 When efforts to advance past the obstruction to the design shaft tip elevation result in the 22 rate of advance of the shaft drilling equipment being significantly reduced relative to the rate 23 of advance for the rest of the shaft excavation, then the Contractor shall remove the 24 obstruction under the provisions of Section 6-12.5. 25 6-12.3(6) Precast Concrete Panel Fabrication and Erection 26 The second sentence in item number 3 is deleted. 27 6-12.5 Payment 28 This section is supplemented with the following: 29 "Removing Noise Barrier Wall Shaft Obstructions", estimated. 30 Payment for removing obstructions, as defined in Section 6-12.3(3), will be made for the 1 31 changes in shaft construction methods necessary to remove the obstruction._ The 32 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 33 equipment and employees utilized, and the number of hours involved for each. Once these 34 cost items and their duration have been agreed upon, the payment amount will be 35 determined using the rate and markup methods specified in Section 1-09.6. For the 36 purpose of providing a common proposal for all bidders, the Contracting Agency has entered AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONSWOK Revised: 4/1/2013 Page 16 i EASTSIDE GA APRON REHABILITATION Amendments 1 an amount for the item "Removing Noise Barrier Wall Shaft Obstructions" in the bid proposal 2 to become a part of the total bid by the Contractor. 3 If the shaft construction equipment is idled as a result of the obstruction removal work and 4 cannot be reasonably reassigned within the project, then standby payment for the idled 5 equipment will be added to the payment calculations. If labor is idled as a result of the 6 obstruction removal work and cannot be reasonably reassigned within the project, then all 7 labor costs resulting from Contractor labor agreements and established Contractor policies 8 will be added to the payment calculations. 9 The Contractor shall perform the amount of obstruction work estimated by the Contracting 10 Agency within the original time of the contract. The Engineer will consider a time adjustment 11 and additional compensation for costs related to the extended duration of the shaft 12 construction operations, provided: 13 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 14 2. the Contractor shows that the obstruction removal work represents a delay to the 15 completion of the project based on the current progress schedule provided in 16 accordance with Section 1-08.3. 17 6-13.AP6 18 Section 6-13, Structural Earth Walls 19 April 1,2013 20 6-13.2 Materials 21 In the first paragraph, the following item is inserted after the item "Aggregates for Portland 22 Cement Concrete": 23 Gravel Borrow for Structural Earth Walls 9-03.14(4) 24 6-13.4 Measurement 25 In the second paragraph, "Backfill' is revised to read "Gravel borrow". 26 6-13.5 Payment 27 In this section, the bid item "Backfill for Structural Earth Wall Incl. Haul' is revised to read: 28 "Gravel Borrow for Structural Earth Wall incl. Haul'. 29 6-14.AP6 30 Section 6-14, Geosynthetic Retaining Walls 31 April 1, 2013 32 6-14.2 Materials 33 The first paragraph is revised to read: I 34 Materials shall meet the requirements of the following sections: 35 Portland Cement 9-01 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 17 1 EASTSIDE GA APRON REHABILITATION Amendments 1 Aggregates for Portland Cement Concrete 9-03.1 2 Sand 9-03.13(1) 3 Gravel Borrow for Structural Earth Wall 9-03.14(4) 4 Polyurethane Sealant 9-04.2(3) 5 Closed Cell Foam Backer Rod 9-04.2(3)A 6 Anchor Rods and Associated Nuts,Washers, and Couplers9-06.5(1) 7 Reinforcing Steel 9-07 8 Wire Mesh for Concrete Reinforcement 9-07.7 9 Grout 9-20.3(4) t10 Construction Geosynthetic 9-33 11 6-14.4 Measurement 12 In the second paragraph, "geosynthetic retaining wall backfill' is revised to read "structural earth 13 retaining wall backfill'. 14 6-14.5 Payment 15 In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul'. Is revised to 16 read: t17 "Gravel Borrow for Structural Earth Wall incl. Haul' 18 6-15.AP6 I 19 Section 6-15, Soil Nail Walls 20 January 2, 2012 21 6-15.2 Materials 22 The referenced section for the following item is revised to read: 23 Grout 9-20.3(4) 24 6-15.3(3) Submittals 25 Item f beneath item number 3 is revised to read: 26 f. Mix design and procedures for placing the grout. 27 6-15.3(6) Soil Nailing 28 Thi s se ction is supplemented with the following: 29 The Contractor shall make and cure grout cubes once per day in accordance with WSDOT 30 Test Method T 813. These samples shall be retained by the Contractor until all associated 31 verification and proof testing of the soil nails has been successfully completed. . If the 32 Contractor elects to test the grout cubes for compressive strength, testing shall be 33 conducted by an independent laboratory and shall be in accordance with the WSDOT FOP 34 for AASHTO T106. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 18 I EASTSIDE GA APRON REHABILITATION Amendments 1 6-16.AP6 2 Section 6-16,Soldier Pile and Soldier Pile Tieback Walls 3 January 2, 2012 4 6-16.3(3) Shaft Excavation 5 The third sentence in the seventh paragraph is revised to read: 6 When efforts to advance past the obstruction to the design shaft tip elevation result in the 7 rate of advance of the shaft drilling equipment being significantly reduced relative to the 8 rate of advance for the rest of the shaft excavation, then the Contractor shall remove the 9 obstruction under the provisions of Section 6-16.5. 10 6-16.5 Payment 11 This section is supplemented with the following: 12 "Removing Soldier Pile Shaft Obstructions", estimated. 13 Payment for removing obstructions, as defined in Section 6-16.3(3), will be made for the 14 changes in shaft construction methods necessary to remove the obstruction. The 15 Contractor and the Engineer shall evaluate the effort made and reach agreement on the 16 equipment and employees utilized, and the number of hours involved for each. Once these 17 cost items and their duration have been agreed upon, the payment amount will be 18 determined using the rate and markup methods specified in Section 1-09.6. For the 19 purpose of providing a common proposal for all bidders, the Contracting Agency has entered 20 an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid proposal to 21 become a part of the total bid by the Contractor. 22 If the shaft construction equipment is idled as a result of the obstruction removal work and 23 cannot be reasonably reassigned within the project, then standby payment for the idled 24 equipment will be added to the payment calculations. If labor is idled as a result of the 25 obstruction removal work and cannot be reasonably reassigned within the project, then all 26 labor costs resulting from Contractor labor agreements and established Contractor policies 27 will be added to the payment calculations. 28 The Contractor shall perform the amount of obstruction work estimated by the Contracting 29 Agency within the original time of the contract. The Engineer will consider a time adjustment 30 and additional compensation for costs related to the extended duration of the shaft 31 construction operations, provided: 32 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 33 2. the Contractor shows that the obstruction removal work represents a delay to the 34 completion of the project based on the current progress schedule provided in 35 accordance with Section 1-08.3. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 19 ICI EASTSIDE GA APRON REHABILITATION Amendments 1 6-17.AP6 2 Section 6-17, Permanent Ground Anchors 3 August 6, 2012 4 6-17.3(3) Submittals 5 The first sentence in the sixth paragraph is revised to read: 6 The Contractor shall submit the mix design for the grout conforming to Section 9-20.3(4) 7 and the procedures for placing the grout to the Engineer for approval. 8 6-17.3(7) Installing Permanent Ground Anchors 9 The following new paragraph is inserted after the sixth paragraph: 10 The Contractor shall make and cure grout cubes once per day in accordance with WSDOT 11 Test Method T 813. These samples shall be retained by the Contractor until all associated 12 verification, performance and proof testing of the permanent ground anchors has been 13 successfully completed. If the Contractor elects to test the grout cubes for compressive 14 strength, testing shall be conducted by_ an independent laboratory and shall be in 15 accordance with the WSDOT FOP for AASHTO T106. ' 16 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 17 The fourth paragraph is deleted. 18 6-19.AP6 19 Section 6-19, Shafts 20 August 6, 2012 21 6-19.3(4)F Slurry Disposal 22 This section including title is revised to read: 23 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 24 The Contractor shall dispose of the Slurry and slurry-contacted spoils as specified in the 25 shaft installation narrative in accordance with Section 6-19.3(2)B, item 8, and in accordance 26 with the following requirements: 27 1. Water slurry with no additives may be infiltrated to an upland area within the confines 28 of the Contracting Agency Right of Way for the project. Infiltration is allowed 29 provided the ground-line at the disposal site is at least 5 feet above the current water 30 table, and that disposal operations conform to the temporary erosion and 31 sedimentation control (TESC) requirements established for this project. For the 32 purposes of water slurry disposal, upland is defined as an area that has no chance of 33 discharging directly to waters of the State, including wetlands or conveyances that 34 indirectly lead to wetlands or waters of the State. Spoils in contact with this slurry 35 may be disposed of as clean fill. 36 2. Synthetic slurry and water slurry with polymer-based additives shall be contained 37 and disposed of by the Contractor at an approved facility. The Contractor shall 38 acquire all permits or approvals necessary for disposal of the slurry and shall provide AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 20 EASTSIDE GA APRON REHABILITATION Amendments 1 copies to the Engineer. Spoils in contact with synthetic slurry or water slurry with 2 polymer based additives shall be disposed of in accordance with Section 2-03.3(7)C. 3 With approval of the Engineer,the Contractor may re-use these spoils on-site. 4 3. Mineral slurry may be infiltrated to a temporary sediment trap located in an upland 5 area within the confines of the Contracting Agency Right of Way for the project. 6 Infiltration is allowed provided the ground-line at the disposal site is at least 5 feet 7 above the current water table, and that disposal operations conform to the temporary 8 erosion and sedimentation control (TESC) requirements established for this project. 9 For the purposes of mineral slurry disposal, upland is defined as an area that has no 10 chance of discharging directly to waters of the State, including wetlands or 11 conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact 12 with mineral slurry shall be disposed of in accordance with Section 2-03.3(7)C. With 13 approval of the Engineer, the Contractor may re-use these spoils on-site. 14 7-02.AP7 15 Section 7-02, Culverts , 16 August 6, 2012 17 7-02.2 Materials 18 Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 19 3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 20 36 inch to 60 inch diameters approved for Schedule A only. 21 7-02.5 22 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot is 23 revised to read: 24 "St. Rib Reinf Polyethylene Culy. Pipe In. Diam.", per linear foot 25 7 03.AP7 26 Section 7-03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass 27 August 6, 2012 28 7-03.3(1) Foundations, General 29 This section is supplemented with the following: 30 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall 31 be applied in accordance with Section.7-08.3(2)D. 32 7-03.3(5) Headwalls 33 This section is supplemented with the following: 34 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint 35 shall be applied in accordance with Section 7-08.3(2)D. I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 21 I i EASTSIDE GA APRON REHABILITATION Amendments 1 7-04.AP7 2 Section 7-04, Storm Sewers 3 August 6, 2012 4 7-04.3(1)B Exfiltration Test—Storm Sewers 5 The fifth column title "PE 4,, is revised to read "PP4" from the table titled, "Storm Sewer Pipe 6 Schedules". 7 Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: i8 4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 9 inch to 60 inch diameters approved for Schedule A only. 10 7-04.5 11 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per linear 12 foot is revised to read: 13 "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 14 7-05.AP7 i 15 Section 7-05, Manholes, Inlets, Catch Basins, and Dr yH►efts 16 April 2, 2012 17 7-05.3 Construction Requirements 18 The third paragraph is supplemented with the following: i19 Leveling and adjustment devices that do not modify the structural integrity of the metal 20 frame, grate or cover, and do not void the originating foundry's compliance to these 21 specifications and warranty is allowed. Approved leveling devices are listed in the Qualified 22 Products List. Leveling and adjusting devices that interfere with the backfilling, backfill 23 density, grouting and asphalt density will not be allowed. The hardware for leveling and 24 adjusting devices shall be completely removed when specified by the Project Engineer. 25 7-08.AP7 26 Section 7-08, General Pipe Installation Requirements 27 August 6, 2012 28 7-08.3(2)D Pipe Laying— Steel or Aluminum 29 The following new sentence is inserted after the first sentence in the second paragraph: 30 The paint shall cover all the surface in contact with the concrete and extend one inch 31 beyond the point of contact. 32 7-09.AP7 33 Section 7-09, Water Mains 34 August 6, 2012 35 7-09.3(19)A Connections to Existing Mains AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 22 EASTSIDE GA APRON REHABILITATION Amendments 1 In the second paragraph, "Special Conditions" is revised to read "Special Provisions". 2 8-01.AP8 3 Section 8-01, Erosion Control and Water Pollution Control 4 January 7,2013 5 8-01.2 Materials 6 The first paragraph is revised to read: 7 Materials shall meet the requirements of the following sections: 8 Corrugated Polyethylene Drain Pipe 9-05.1(6) 9 Quarry Spalls 9-13 10 Seed 9-14.2 11 Fertilizer 9-14.3 12 Mulch and Amendments 9-14.4 13 Tackifiers 9-14.4(7) 14 Erosion Control Devices 9-14.5 15 High Visibility Fence 9-14.5 16 Construction Geotextile 9-33 17 8-01.3(2)D Mulching 18 The following two new paragraphs are inserted after the fourth paragraph: 19 Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 20 may be applied in one lift. 21 Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of 22 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 23 8-01.3(2)E Soil Binders and Tacking Agents 24 This section including title is revised to read: 25 8-01.3(2)E Tackifiers 26 Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform 27 application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 28 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be 29 used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's 30 recommendations. 31 Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil 32 completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be 33 applied at a rate of not more than 2/ pound per 1,000 gallons of water per acre. A minimum AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 23 i EASTSIDE GA APRON REHABILITATION Amendments 1 of 200 pounds per acre of Short-Term Mulch shall be applied with the dissolved PAM. Dry 2 powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer 3 spreader or a tractor-mounted spreader. 4 PAM shall be applied only to areas that drain to completed sedimentation control BMPs in 5 accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48- 6 hour period. 7 PAM shall not be applied during rainfall or to saturated soils j8 8-01.3(2)F Dates for Application of Final Seed; Fertilizer, and Mulch 9 In the first paragraph, "Engineer" is revised to read "Project Engineer". 10 Note 1 of the table in the first paragraph is revised to read: 11 ' Where Contract timing .is appropriate, seeding, fertilizing, and mulching shall be 12 accomplished. during the fall period listed above 13 The third paragraph is deleted. i14 8-01.3(3) Placing Erosion Control Blanket 15 This section including title is revised to read: 16 8-01.3(3) Placing Biodegradable Erosion Control Blanket 17 Biodegradable Erosion Control Blankets are used as an erosion prevention device and to 18 enhance the establishment of vegetation. Erosion control blankets shall be installed 19 according to the manufacturer's recommendations. ' 20 Seeding and fertilizing shall be done prior to blanket installation. 21 Select erosion control blanket material for an area based on the intended function: slope or 22 ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow 23 exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed 24 the manufacturer's recommendations. 25 8-01.3(4) Placing Compost Blanket 26 The first paragraph is revised to read: 27 Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket 28 shall be placed prior to seeding or other planting. An organic tackifier shall be placed over 29 the entire composted area when dry or windy conditions are present or expected before the 30 final application of mulch or erosion control blanket. The tackifier shall be applied 31 immediately after the application of compost to prevent compost from leaving the composted 32 area. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 24 EASTSIDE GA APRON REHABILITATION Amendments 1 8-01.3(5) Placing Plastic Covering 2 The second and third paragraphs are revised to read: 3 Clear plastic covering shall be used to promote seed germination when seeding is 4 performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. Black 5 plastic covering shall be used for stockpiles or other areas where vegetative growth is 6 unwanted. 7 The plastic cover shall be installed and maintained in a way that prevents water from cutting 8 under the plastic and prevents the plastic cover from blowing open in the wind. 9 8-01.3(6) Check Dams 10 This section is revised to read: 11 Check dams shall be Installed as soon as construction will allow, or when designated by the 12 Engineer. The Contractor may substitute a different check dam, in lieu of what is specified in 13 the contract, with approval of the Engineer. The check dam is a temporary or permanent 14 structure, built across a minor channel. Water shall not flow through the check dam 15 structure. Check. dams shall be constructed in a manner that creates a ponding area 16 upstream of the dam to allow pollutants to settle, with water from increased flows channeled 17 over a spillway in the check dam. The check dam shall be constructed to prevent erosion in 18 the area below the spillway. Check dams shall be placed perpendicular to the flow of water 19 and installed in accordance with the Standard Plans. The outer edges shall extend up the 20 sides of the conveyance to prevent water from going around the check dam. Check dams 21 shall be of sufficient height to maximize detention, without causing water to leave the ditch. 22 Check dams shall meet the requirements in Section 9-14.5(4). 23 8-01.3(6)A Geotextile-Encased Check Dam 24 This sections content including title is deleted. 25 8-01.3(6)B Quarry Spall Check Dam 26 This sections content including title is deleted. 27 8-01.3(6)C Sandbag Check Dam 28 This sections content including title is deleted. 29 8-01.3(6)D Wattle Check Dam 30 This sections content including title is deleted. 31 8-01.3(6)E Coir Log 32 This sections title is revised to read: 33 8-01.3(6)A Coir Log 34 8-01.3(7) Stabilized Construction Entrance 35 The first paragraph is revised to read: 36 Temporary stabilized construction entrance shall be constructed in accordance with the 37 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 25 I EASTSIDE GA APRON REHABILITATION Amendments I1 quarry spall material used for stabilized construction entrance shall be free of extraneous 2 materials that may cause or contribute to track out. 3 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 4 The first paragraph is revised to read: 5 Filter berms shall retain sediment and direct flows. The 9 ravel filter berm shall be a 6 minimum of 1 foot in height and shall be maintained at this height for the entire time they are 7 in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 8 03.9(2), but shall not include any recycled materials as outlined in Section 9-03.21. 9 8-01.3(9)C Straw Bale Barrier t10 This section including title is revised to read: 11 8-01.3(9)C Vacant I 12 8-01.3(11) Vacant 13 This section including title is revised to read: 14 8-01.3(11) Outlet Protection 15 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other 16 conveyances. All quarry spall material used for outlet protection shall be free of extraneous 17 material and meet the gradation requirements in Section 9-13.6. 18 8-01.3(13) Temporary Curb 19 This section is revised to read: 20 Temporary curbs shall divert or redirect water around erodible soils. 21 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing 22 onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The 23 temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in 24 roadways. 25 8-01.4 Measurement 26 The third paragraph is revised to read: 27 Check dams will be measured per linear foot one time only along the completed check dam. 28 No additional measurement will be made for check dams that are required to be 29 rehabilitated or replaced due to wear. 30 The ninth paragraph is.deleted. 31 The twelfth paragraph (after the preceding amendment is applied) is revised to read: I 32 Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by 33 ground slope measurement or through the use of design data IAMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 41112013 Page 26 EASTSIDE GAAPRON REHABILITATION Amendments 1 This section is supplemented with the following: 2 Outlet Protection will be measured per each initial installation at an outlet location. 3 8-01.5 Payment 4 The bid item "Straw Bale", per each is deleted. 5 The bid item "_Erosion Control Blanket", per square yard is deleted. 6 The bid item "Soil Binder or Tacking Agent', per acre is deleted. 7 This section is supplemented with the following: 8 "Outlet Protection", per each. 9 The unit Contract price per each for "Outlet Protection" shall be full payment for all costs 10 incurred to complete the Work. 11 "Tackifier", per acre. 12 The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to 13 complete the Work. 14 "Biodegradable Erosion Control Blanket", per square yard. 15 The unit Contract price per square yard for "Biodegradable Erosion Control Blanket' shall be 16 full pay for all costs to complete the specified Work. 17 8-02.AP8 18 Section 8-02, Roadside Restoration 19 April 1, 2013 20 In this section, "psiPE" is revised to read "PSIPE". 21 8-02.3(2) Roadside Work Plan 22 The first sentence in the second paragraph is revised to read: 23 The Roadside Work Plan shall also include a copy of the approved progress schedule. 24 The sub paragraph titled "Progress Schedule" is deleted. 25 8-02.3(4)C Topsoil Type C 26 In this section, "9-14.1(2)" is revised to read "9-14.1(3)". 27 8-02.3(8) Planting 28 Item number 1 in the second paragraph is revised to read. 29 1. Non-Irrigated Plant Material AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 27 II EASTSIDE GA APRON REHABILITATION Amendments 1 West of the summit of the Cascade Range- October 1 to March 1. 2 East of the summit of the Cascade Range- October 1 to November 15. 3 8-02.5 Pa Y ment 4 The paragraph following bid item "Coarse Compost', per cubic yard" is revised to read: 5 The unit Contract price per cubic yard for "Fine Compost', Medium Compost' or "Coarse 6 Compost' shall be full pay for furnishing and spreading the compost onto the existing soil. 7 8-03.AP8 8 Section 8-03, Irrigation Systems 9 April 2, 2012 10 8-03.3(7) Flushing and Testing 11 The fifth paragraph is deleted. E12 8-04.AP8 13 Section 8-04, Curbs, Gutters, and Spillways 14 April 2, 2012 15 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 16 This section is supplemented with the following new sub-section: 17 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter 18 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb 19 shall be shaped and finished to match the shape of the adjoining curb as shown in the 20 Plans.All other requirements for cement concrete curb and cement concrete curb and gutter 21 shall apply to roundabout cement concrete curb and gutter. 22 8-04.4 Measurement 23 This section is supplemented with the following: 24 Roundabout splitter island nosing curb will be measured per each. j 25 8-04.5 Payment s 26 The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. 27 This section is supplemented with the following: 28 "Roundabout Cement Concrete Curb and Gutter", per linear foot 29 The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" 30 shall be full payment for all costs for the Work including transitioning the roundabout cement 31 concrete curb and gutter to the adjoining curb shape. 32 "Roundabout Splitter Island Nosing Curb", per each. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 28 1 j EASTSIDE GA APRON REHABILITATION Amendments 1 The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full 2 payment for all costs for the Work including transitioning the roundabout splitter island 3 nosing curb to the adjoining curb shape. 4 8-07.AP8 5 Section 8-07, Precast Traffic Curb and Block Traffic Curb 6 January 7, 2013 7 This section's title is revised to read: 8 8-07 Precast Traffic Curb 9 8-07.1 Description 10 This section is revised to read: 11 This Work consists of furnishing and installing precast traffic sloped mountable curb or dual 12 faced sloped mountable curb of the design and type specified in the Plans in accordance 13 with these Specifications and the Standard Plans in the locations indicated in the Plans or as 14 staked by the Engineer. 15 8-07.2 Materials 16 The material reference "Block Traffic Curb 9-18.3" is deleted from this section. 17 The referenced section for the following item is revised to read: 18 Paint 9-34.2 19 8-07.3(1) Installing Curbs � 20 The fifth and seventh paragraphs are deleted from this section. 21 8-07.4 Measurement 22 The first paragraph is deleted from this section. 23 8-07.5 Payment 24 The following bid items are deleted from this section: 25 'Type A Precast Traffic Curb", per linear foot. 26 `Type C Precast Traffic Curb", per linear foot. 27 `Type A Block Traff ic Curb", per linear foot. 28 `Type C Block Traffic Curb", per linear foot. 29 8-11.AP8 30 Section 8-11, Guardrail 31 August 6, 2012 32 8-11.3(1)D Removing Guardrail and Guardrail Anchor 33 The first two sentences in the first paragraph are revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 29 EASTSIDE GA APRON REHABILITATION Amendments i1 Removal of the various types of guardrail shall include removal of the rail, cable elements, 2 hardware, and posts, including transition sections, expansion sections, terminal sections and 3 the rail element of anchor assemblies. Removal of the various types of guardrail anchors 4 shall include removal of the anchor assembly, including concrete bases, rebar, steel tubes, 5 and any other appurtenances in the anchor assembly. 6 8-11.4 Measurement 7 The seventh paragraph is revised to read: 8 Measurement of removal of guardrail will be by the linear foot measured along the line of 9 guardrail removed including transition sections, expansion sections, guardrail anchor rail 10 elements and terminal sections. 11 8-11.5 Payment 12 The paragraph following the bid item "Removing Guardrail Anchor", per each is revised to read: j 13 The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment for 14 all costs to perform the Work as described in Section 8-11.3(1)D, including rail removal, if 15 there isn't a Bid Item for Removing Guardrail in the run of guardrail connecting to the 16 anchor. 17 $-12.AP8 18 Section 8-12, Chain Link Fence and Wire Fence 19 April 2, 2012 20 In this Section "Engineer" is revised to read "Project Engineer". 21 8-12.2 Materials 22 This section is supplemented with the following: 23 Paint 9-08.1(2)B 24 8-12.3(1)A Posts 25 cThe words "for Type 3 and Type 4 fences" and `on Type 3 and Type 4 fences" are deleted from 26 this section. 27 The first sentence of the fifth paragraph is revised to read: i 28 After the post is set and plumbed, the hole shall be filled with Grout Type 4. p p � YP 29 The third sentence in the sixth paragraph is replaced with the following two sentences: 30 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be 31 filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave 32 no voids. 33 The seventh paragraph is deleted. 34 The ninth paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 30 1 EASTSIDE GA APRON REHABILITATION Amendments 1 Steep slopes or abrupt topography may require changes in various elements of the fence. It 2 shall be the responsibility of the Contractor to provide all posts of sufficient length to 3 accommodate the chain link fabric. 4 The tenth paragraph is revised to read: 5 All round posts shall have approved top caps fastened securely to the posts. The base of 6 the top cap fitting for round posts shall feature an apron around the outside of the posts. 7 8-12.3(1)B Top Rail 8 This section's content including title is deleted and replaced with: 9 8-12.3(1)B Vacant 10 8-12.3(1)C-- Tension Wire and Tension Cable 11 This section's content including title is revised to read: 12 8-12.3(1)C Tension Wire 13 Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the 14 Engineer. 15 8-12.3(1)D Chain Link Fabric 16 The first three paragraphs are revised to read: 17 Chain link fabric shall be attached after the cables and wires have been properly tensioned. 18 Chain link fabric shall be placed on the face of the post away from the Highway, except on 19 horizontal curves where it shall be placed on the face on the outside of the curve unless 20 otherwise directed by the Project Engineer. 21 Chain link fabric shall be placed approximately 1-inch above the ground and on a straight 22 grade between posts by excavating high points of ground. Filling of depressions will be 23 permitted only upon approval of the Project Engineer. 24 The fourth sentence in the fourth paragraph is revised to read: II 25 The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom 26 tension wires as may be applicable, spaced at 24-inch intervals. 27 8-12.3(1)E Chain Link Gates 28 The third paragraph is deleted. 29 8-12.3(2)A Posts 30 In the second paragraph, "commercial" is deleted. 31 The first sentence of the fifth paragraph is revised to read: 32 After the post is set and plumbed, the hole shall be filled with Grout Type 4. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 31 EASTSIDE GA APRON REHABILITATION Amendments 1 The fourth sentence in the sixth paragraph is replaced with the following two sentences: 2 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be r 3 filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave 4 no voids. 5 The tenth paragraph is revised to read: 6 Where the new fence joins an existing fence, the 2 shall be attached in a manner 7 satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. 8 The eleventh paragraph is deleted. 9 8-12.5 Payment 10 The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to 11 read: 12 The unit Contract price per linear foot for "Chain Link Fence Type shall be full payment 13 for all costs for the specified Work including brace post installation and all other 14 requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in 15 this Section. 16 The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain 17 Link Fence", per each- 1 8 The unit Contract price per each for"End, Gate, Corner, and Pull Post for Chain Link Fence" 19 shall be full payment for all costs for the specified Work. 20 The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each: 21 The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. Chain 22 Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs for the 23 specified Work. 24 The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 25 The unit Contract price per each for "Wire Fence Type " shall be full payment for all 26 costs for the specified Work including payment for clearing of the fence line. 27 The following paragraph is inserted after the item "Double Wire Gate 20 Ft.Wide", per each: 28 The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 29 20 Ft. Wide" shall be full payment for all costs for the specified Work. 30 The paragraph following the item "Access Control Gate", per each is revised to read: 31 The unit contract price per each for "Access Control Gate" shall be full payment for all costs 32 to perform the specified Work. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 32 EASTSIDE GA APRON REHABILITATION Amendments 1 8-15.AP8 2 Section 8-15, Riprap 3 April 2, 2012 4 8-15.1 Description, 5 The second paragraph is revised to read: 6 Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. , 7 8-20.AP8 i 8 Section 8-20, Illumination, Traffic Signal Systems, And Electrical 9 April 1, 2013 10 8-20.3(4) Foundations 11 The first paragraph is revised to read: 12 Foundation concrete shall conform to the requirements for the specified class, be cast-in- 13 place concrete and be constructed in accordance with Sections 6-02.2 and 6-02.3. 14 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations 15 shall be Class 40008 Concrete for pedestals and cabinets, Type PPB, PS, I, FB, and RM 16 signal standards and other foundations shall be Class 3000. Concrete placed into an 17 excavation where water is present shall be placed using an approved tremie. If water is not 18 present, the concrete shall be placed such that the free-fall is vertical down the center of the 19 shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage 20 bracing. The Section 6-02.3(6) restriction for 5-feet maximum free-fall shall not apply to 21 placement of Class 4000P concrete into a shaft. Steel reinforcing bars for foundations shall 22 conform to Section 9-07. 23 8-20.3(5) Conduit 24 This sections content-is deleted and replaced with the following new sub-sections: 25 8-20.3(5)A General 26 The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and 27 rough edges. Field cuts shall be made square and true. The ends of unused conduits shall 28 be capped. When conduit caps are removed, the threaded ends of metal conduit shall be 29 provided with approved conduit bushings and non-metal conduit shall be provided with'end 30 bells. 31 Reducing couplings will not be permitted. 32 Existing conduit in place scheduled for installation of new conductor(s) shall first have any 33 existing conductor(s) removed and a cleaning mandrel shall be pulled through. The existing 34 conduit shall then be prepared subject to the same requirements outlined in this paragraph, 35 for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and 36 all innerduct shall be blown clean with compressed air. Then in the presence of the 37 Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled 38 through to ensure that the raceway has not been deformed. This shall be done prior to AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 33 EASTSIDE GA APRON REHABILITATION Amendments 1 pulling wire or fiber optic cable and after final assembly is in place. Existing conductor(s) 2 shall be reinstalled unless otherwise indicated in the Plans. 3 As soon as the sizing mandrel has been pulled through innerduct, a 200-lb minimum tensile 4 strength pull string shall be installed and attached to duct plugs at both ends. When conduit 5 is installed for future use, as soon as the bushing or end bell has been installed and the 6 sizing mandrel has been pulled through, the ground wire shall be installed and both ends 7 shall be capped. 8 8-20.3(5)Ai Fiber Optic Conduit 9 Where conduit to contain fiber optic cable or conduit identified to contain future fiber 10 optic cable is installed by open trenching, Detectable Underground Warning Tape shall 11 be placed 12-inches above the conduit unless otherwise detailed in the Plans. 12 Detectable Underground Warning Tape shall extend 2-feet into boxes or vaults. Splicing 13 of the tape shall be in accordance with tape manufacturer's recommended materials and 14 procedures. 15 Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable 16 and all conduits identified to contain future fiber optic cable. When .open trenching is 17 used, the location wire shall be placed in continuous lengths directly above the conduit. 18 Where conduit is installed by other methods, the Location Wire shall be attached to the 19 outside of the conduit with electrical tape placed at minimum 18-inch intervals. Location 20 Wire shall extend 12-feet into boxes or vaults. Splices shall be crimped using a non- 21 insulated butt splice, soldered and covered with moisture-blocking heat shrink. 22 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit 23 ITS conduit and both ends of conduit runs entering cabinets, with the exception of the 1/2 24 inch grounding conduit, shall be sealed with self expanding water proof foam or 25 mechanical plugs; unless otherwise required. At other locations conduit shall be sealed 26 with Duct Seal. 27 Outer-duct conduit with non factory assembled innerduct shall be sealed around the 28 innerduct with self-expanding waterproof foam. Outer-duct conduit with factory 29 assembled innerduct shall be sealed around the innerduct with a multiplex expansion 30 plug. Innerduct containing one cable shall be plugged using an expandable split plug. 31 Innerduct with multiple cables shall be sealed with self-expanding waterproof foam. Duct 32 plugs shall be installed in all unused inner-ducts (those that are specified as empty) at 33 the time of conduit installation. Duct plugs shall be installed in all used inner-ducts (as 34 specified in the Plans), at the time of conduit installation, unless cable pulling for those 35 inner-ducts will commence within 48-hours. Installation shall conform to the 36 manufacturer's recommendations. 37 Foam sealant shall be installed with the following additional requirements: 38 1. Penetration of the sealant into the conduit or duct shall be limited using a high 39 temperature backer rod material or rag. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4!112013 Page 34 EASTSIDE GA APRON REHABILITATION Amendments 1 2. Penetration of the sealant into the conduit shall be limited to 1-inch. I 2 3. The foam sealant shall not project outside the end of the conduit or duct. 3 Where open trenching is allowed and conduit with innerduct is installed, a maximum 4 of 1000-feet of continuous open trench will be allowed unless otherwise approved by 5 the Engineer. 6 5 8-20.3 B Conduit Type Yp e 7 Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid 8 tight flexible metal depending on the application. 9 Rigid metal conduit (RMC) shall be installed at the following locations: 10 1. Within railroad right of way. 11 2. All pole risers, except when otherwise required by owning utilities. 12 3. All surface-mounted conduit, with the exception of electrical service utility poles. 13 4. All runs within slip form placed concrete. 14 Service lateral runs shall be Schedule 80 PVC except when otherwise required by owning 15 utilities. Conduit installed using the plowing method, shall be schedule 80 high-density-- 16 polyethylene (HDPE). 17 Conduit runs, including outer-duct, that enter the traveled way or shoulders, shall be 18 Schedule 80 high-density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit 19 (RMC). 20 Conduit runs, including outer-duct, which do not enter the traveled way or shoulders, shall 21 be Schedule 80 high-density polyethylene (HDPE), Schedule 40 PVC or rigid metal conduit 22 (RMC). 23 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 24 Except as described under Non-Metallic Conduit, unless otherwise indicated in the Plans or 25 Standard Plans, the same type of conduit shall be used for the entire length of the run, from 26 outlet to outlet. 27 Innerduct shall have a smooth wall non ribbed interior surface, with factory pre-lubricated 28 coating. 29 Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed 30 shall be schedule 40 high-density polyethylene (HDPE). The innerduct shall be continuous 31 with no splices. innerduct which is pulled into the outer duct in the field shall be installed 32 with an extra 2 feet of conduit beyond each end of the outer-duct and shall be allowed to 33 finish contracting for 21 calendar days before it is terminated. Innerduct shall be terminated 34 with end bells flush to '/4 inch out of the outer-duct and the space between the outer-duct 35 and innerduct shall be sealed with rodent and moisture resistant foam designed for this 36 application and installed in accordance with the manufacturer's recommendations. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 35 EASTSIDE GA APRON REHABILITATION Amendments 1 8-20.3(5)B1 Rigid Metal Conduit 2 Slip joints or running threads will not be.permitted for coupling metallic conduit; however, 3 running threads will be permitted in traffic signal head spiders and rigid metal conduit 4 (RMC) outer-duct. When installing rigid metal conduit (RMC), if a standard coupling 5 cannot be used, an approved three-piece coupling shall be used. Conduit bodies, fittings ' 6 and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with 7 one coat of paint conforming to Section 9-08.1(2)B. The paint shall have a minimum wet 8 film thickness of 3-mils.The painted coating shall cover the entire coupling or fitting. The 9 threads on all metal conduit shall be rust-free, clean, and painted with colloidal copper 10 suspended in a petroleum vehicle before couplings are made.All metallic couplings shall 11 be tightened so that a good electrical connection will be made throughout the entire 12 length of the conduit run. If the conduit has been moved after assembly, it shall be given 13 a final tightening from the ends prior to backfilling. 14 Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. Rigid 15 metal conduit (RMC) entering cable vaults or pull boxes shall extend 2-inches beyond 16 the inside wall face. (for the installation of grounded end bushing and bonding.) ' 17 Rigid metal conduit (RMC) entering concrete shall be wrapped in 2-inch-wide pipe wrap 18 tape with a minimum 1-inch overlap for 12-inches on each side of the concrete face. 19 Pipe wrap tape shall be installed in accordance with the manufacturer's 20 recommendations. 21 Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements of 22 Code Article 344.24 and other articles of the Code. Where factory bends are not used, 23 conduit shall be bent, using an approved conduit bending tool employing correctly sized 24 'dies, without crimping or flattening, using the longest radius practicable. 25 Where the coating on galvanized conduit has been damaged in handling or installing, 26 such damaged areas shall be thoroughly painted with paint conforming to Section 9- 27 08.1(2)6. 28 Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that 29 covers the threads until wiring is started. 30 8-20.3(5)B2 Non-Metallic Conduit 31 Where non-metallic conduit is installed, care shall be used in excavating, installing, and 32 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 33 cause possible damage. 34 PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE conduit 35 entering cable vaults and pull boxes shall terminate with the end bell flush with the inside 36 wails of the Structure. 37 Non-metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 38 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter or 39 less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 36 I EASTSIDE GA APRON REHABILITATION Amendments 1 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 2 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less 3 than 1/4-inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 4 larger, pull ropes or flat tapes for wire installation shall be not less than '/2-inch diameter 5 or width. When HDPE conduit is used for directional boring, it shall be continuous, with 6 no joints, for the full length of the bore. The conduit run shall be extended to the 7 associated outlets with the same schedule HDPE or PVC conduit. Entry into associated 8 junction box outlets shall be with the same schedule PVC conduit and elbows. The same 9 requirements apply for extension of an existing HDPE conduit crossing. 10 PVC conduit and elbows shall be connected to HDPE conduit with an approved 11 mechanical coupling. The connection shall have minimum pullout strength of 700- 12 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 13 prepared with a clean, straight edge. A water-based pulling lubricant may be applied to 14 the threaded end of the mechanical coupling before installation. Solvent cement or 15 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 16 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 17 seats approximately 3/4 of the distance into the threaded coupling depth. 18 For PVC installation through a directional bore, the PVC shall be in rigid sections 19 assembled to form a watertight bell and spigot-type mechanical joint with a solid 20 retaining ring around the entire circumference of the conduit installed in accordance with 21 the manufacturer's recommendations. The conduit run shall be extended beyond the 22 length of the bore, to the associated outlets with the same mechanical coupled PVC or 23 with standard PVC conduit of the same schedule. The same requirements apply for 24 extension of an existing PVC conduit Roadway crossing. 25 PVC conduit shall be assembled using the solvent cement specified in Section 9-29.1. 26 Conduit ends shall be protected with a snug fitting plastic cap until wiring is started. 27 Conduit caps, end bells and the section of PVC between the coupling and end bell 28 bushing in cabinet foundations shall be installed without glue. 29 8-20.3(5)C Conduit Size 30 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch 31 electrical trade size shall not be used unless otherwise specified, except that grounding 32 conductors at service points maybe enclosed in 1/2-inch-diameter conduit. 33 Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box 34 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 35 locations. At other locations it shall be the option of the Contractor, at no expense to the 36 Contracting Agency, to use larger size conduit if desired, provided that junction box or vault 37 capacity is not exceeded. Where larger size conduit is used, it shall be for the entire length 38 of the run from outlet to outlet. 39 Conduit runs with innerduct, shall have 4-inch outer-duct and shall be installed with four 1- 40 inch innerduct unless otherwise indicated in the plans. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 37 EASTSIDE GA APRON REHABILITATION Amendments 1 8-20.3(5)D Conduit Placement 2 Conduit shall be laid so that the top of the conduit is a minimum depth of: 3 1. 24-inches below the bottom of curb in the sidewalk area. 4 2. 24-inches below the top of the roadway base. 5 3. 48-inches below the bottom of ties under railroad tracks unless otherwise specified 6 by the railroad company. 7 4. 36-inches below finish grade when installed using conduit plowing method. 8 5. 24-inches below the finish grade in all other areas. 9 Conduit entering through the bottom of a junction box shall be located near the end walls to 10 leave the major portion of the box clear. At all outlets, conduit shall enter from the direction 11 of the run, terminating 6 to 8-inches below the junction box lid and within 3-inches of the box 12 wall nearest its entry location. i13 Conduit runs shown in the Plans are for Bidding purposes only and may be relocated with 14 approval of the Engineer, to avoid obstructions. 15 8-20.3(5)Di Surface Mounting 16 Where surface mounting of conduit is required, supports shall consist of channel with 17 clamps sized for the conduit. Support spacing shall comply with the Code,with the exception 18 that spacing of channel supports for conduit shall not exceed 5-feet. 19 The minimum distance between adjacent clamps and between the clamp and the end of the 20 channel supports shall be 1-inch. Channel supports shall be installed with stops, to prevent 21 clamps from sliding out of the ends. 22 8-20.3(5)D2 Structures 23 All conduits attached to or routed within bridges, retaining walls, and other structures shall 24 be equipped with approved expansion, deflection, and/or combination expansion/deflection 25 fittings at all expansion joints and at all other joints where structure movement is anticipated, 26 including locations where the Contractor, due to construction method, installs expansion 27 and/or construction joints with movement. All conduit fittings shall have movement capacity 28 appropriate for the anticipated movement of the Structure at the joint. Approved deflection 29 fittings shall also be installed at the joint between the bridge end and the retaining wall end, 30 and the transition from bridge, wall, or other structure to the underground section of conduit 31 pipe. 32 8-20.3(5)E Method of Conduit Installation 33 Conduit shall be placed under existing pavement by approved directional boring, jacking, or 34 drilling methods at locations approved by the Engineer.The pavement shall not be disturbed 35 unless allowed in the Plans or with the approval of the Engineer in the event obstructions or AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 38 j EASTSIDE GA APRON REHABILITATION Amendments 1 impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which �E 2 enter the traveled way or shoulders, shall be installed using the directional boring method. 3 8-20.3(5)E1 Open Trenching 4 When open trenching is allowed, trench construction shall conform to the following: 5 1. The pavement shall be saw-cut a minimum of 3-inches deep. The cuts shall be 6 parallel to each other and extend 2-feet beyond the edge of the trench. 7 2. Pavement shall be removed in an approved manner. 8 3. Trench depth shall provide a minimum cover for conduit of 24-inches below the 9 top of the roadway base 10 4. Trench width shall be 8-inches or the conduit diameter plus 2-inches, whichever 11 is larger. 12 5. Trenches located within paved Roadway areas shall be backfilled with Controlled 13 density fill (CDF) meeting the requirements of Section 2-09.3(1)E. The controlled 14 density fill shall be placed level to, and at the bottom of, the existing pavement. 15 The pavement shall be replaced with paving material that matches the existing 16 pavement. 17 6. On new construction, conduit shall be placed prior to placement of base course 18 pavement. 19 8-20.3(5)E2 Conduit Plowing 20 All conduit plowing shall be supervised by a licensed electrical Contractor. 21 The starting point shall be anchored or held such that conduit movement at the start 22 of the plowing operation is kept to a minimum. The conduit reel shall be mounted on . 23 the vehicle such that conduit movement is kept to a minimum once it is in the ground. 24 Use of a stationary reel is not allowed. The feed shoe shall have rollers which 25 conform to the conduit at a radius of not less than 15 times the diameter of the 26 conduit. The conduit will not be permitted to pass over stationary guides nor over 27 rollers or sheaves, which will permit a bend radius of less than 15 times conduit 28 diameter. The width of the tooth and feed shoe shall not exceed the conduit 29 diameter by more than 2-inches 30 The conduit shall be installed using a continuous reel, with no joints, for the full 31 length of the conduit run, unless conduit splicing is allowed as indicated below. 32 If an obstruction is encountered that cannot be plowed through, the following 33 remedies shall be attempted in order: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 39 EASTSIDE GA APRON REHABILITATION Amendments 1 1. Contractor shall stop the plowing operation and attempt to remove the 2 obstruction. If the obstruction is removed, plowing operations shall continue 3 along the approved path. 4 2. Deviations of up to one foot from the projected path may be authorized by the 5 Engineer, provided the new route does not result in total conduit run bends 6 exceeding NEC requirements. Deviations in excess of one foot from the 7 projected path are not allowed and the maximum taper rate is 1-inch per linear 8 foot of conduit. 9 3. The Contractor may request approval to intercept the installed conduit and route 10 another section of HDPE to avoid the obstruction, provided the new route does 11 not result in total conduit run bends exceeding NEC requirements. Connection 12 between the sections shall be accomplished using an approved fusion splicing 13 method, which is compatible with the conduit manufacturer's recommendations. 14 4. Where none of the above remedies are successful, all conduit installed so far in 15 that run shall be removed and a new plow path established to avoid the 16 obstruction. 17 In the event of a breakage, all conduit installed in that run shall be removed. 18 The conduit run shall be extended to the associated outlets, subject to the same 19 requirements indicated when HDPE is installed using the directional boring method. 20 The depth of installation shall be continually adjusted as necessary to compensate for 21 changes in terrain. 22 Plowed_conduit shall be laid so that the top of the conduit is a minimum depth of 36- 23 inches below the finish grade with the exception that the conduit shall be swept up to 24 enter the knock outs of associated pull boxes or cable vaults. 25 The plow placing the conduit shall be marked at a proper distance above the plow's 1 26 conduit exit point to indicate when the minimum installation depth is not met. The mark 27 shall be visible from a safe distance from the plowing operation when it is exposed 28 above ground. While plowing this mark must remain below ground level at all times, with 29 the exception of the entry and exit points at the end of the run, in order to ensure that 30 minimum burial depth of the conduit is achieved. 31 If the depth mark on the plow comes above ground, the Contractor shall stop the plowing 32 operation and attempt to correct the placement depth. If the conduit depth can be 33 verified to meet the minimum burial requirements at the location where the depth mark 34 came above ground, the plowing operation shall resume subject to the Engineers 35 approval. 36 The compacted surface shall be firm, non-yielding, and result in a finished surface that 37 matches the lines and grades of the terrain prior to plowing. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 40 EASTSIDE GA APRON REHABILITATION Amendments 1 8-20.3(5)E3 Boring 2 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 3 Directional boring, jacking or drilling pits shall be a minimum of 2-feet from the edge of 4 any type of pavement, unless otherwise approved by the engineer. Excessive use of 5 water that might undermine the pavement or soften the Subgrade will not be permitted. 6 When approved by the Engineer, small test holes may be cut in the pavement to locate 7 obstructions. When the Contractor encounters obstructions or is unable to install conduit 8 because of soil conditions, as determined by the Engineer, additional Work to place the 9 conduit will be paid in accordance with Section 1-04.4. I 10 8-20.3(5)E4 Directional Boring 11 Directional boring for electrical installations shall be supervised by a licensed electrical 12 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, 13 conduit shall be installed using a surface-launched, steerable drilling tool. Drilling shall 14 be accomplished using a high-pressure fluid jet tool-head. The drilling fluid shall be used 15 to maintain the stability f the tunnel reduce drag on the conduit and provide backfill Y � 9 P 16 between the conduit and tunnel. A guidance system that measures the depth, lateral 17 position, and roll shall be used to guide the tool-head when creating the pilot hole. Once 18 the pilot hole is established, a reamer and swivel shall be used to install the conduit. 19 Reaming diameter shall not exceed 1.5 times the diameter of the conduits being 20 installed. Conduit that is being pulled into the boring shall be installed in such a manner 21 that t h o conduit is not damaged during installation. The pullback force on the conduit 22 shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system 23 shall be used to remove any excess spoils generated during the installation. Excess 24 drilling fluid and spoils shall be disposed of. The method and location used for disposal 25 of excess drilling luid and oils shall be subject to the Engineer's a roval. Drilling fluid 9 P 1 Pp 9 26 returns (caused by fracturing of formations) at locations other than the entry and exit 27 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 28 cleaned d up immediately. Mobiles oils-removal equipment ca able of quickly removing 29 spoils from entry or exit pits and areas with returns caused by fracturing shall be used as 30 necessary during drilling operations. 31 8-203(5)E5 Boring with Casing 32 Where boring ith casing is called for the casing shall be laced using an auger inside g 9 � 9 P 9 9 33 the casing to remove the soil as the casing is jacked forward. The auger head shall 34 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 35 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free n[ 36 from grease, dirt, rust, moisture, and any other deleterious contaminants. GG1lll 37 The space between the conduit and casing shall be plugged with sandbags and a grout 38 seal 12-inches thick at each end of the casing. Casing abandoned due to an 39 encountered obstruction shall be grout sealed in the same manner. Grout shall conform 40 to Section 9-20.3(4). AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 41 EASTSIDE GA APRON REHABILITATION Amendments 1 In lieu of sandbags and grout, unopened prepackaged concrete and grout may be used 2 to seal the casing. 3 Material shall not be removed from the boring pit by washing or sluicing. 4 All joints shall be welded by a Washington State certified welder. Welding shall conform 5 to AWS D 1.1-80 Structural Welding Code, Section 3,Workmanship- 6 8-20.3(9) Bonding, Grounding 7 The first sentence in the Second paragraph is replaced with the following two sentences: 8 All conduit installed shall have an equipment ground conductor installed in addition to the 9 conductors noted in the Contract. Conduit with innerducts shall have an equipment ground 10 conductor installed in each innerduct that has an electrical conductor. 11 8-21.AP8 12 Section 8-21, Permanent Signing 13 January 7, 2013 14 8-21.2 Materials 15 The third sentence is revised to read: 16 Materials for sign mounting shall conform to Section 9-28.11. 17 8-21.3(9)A Fabrication of Steel Structures 18 The first sentence in the first paragraph is revised to read: 19 Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. 20 This section is supplemented with the following: 21 All fabrication, including repairs, adjustments or modifications of previously fabricated sign 22 structure members and connection elements, shall be performed in the shop, under an 23 Engineer approved shop drawing prepared and submitted by the Contractor for the original 24 fabrication or the specific repair, adjustment or modification. Sign structure fabrication 25 repair, adjustment or modification of any kind in the field is not permitted. If fabrication 26 repair, adjustment or modification occurs after a sign structure member or connection 27 element has been galvanized, the entire member or element shall be re-galvanized in 28 accordance with AASHTO M 111. i29 8-21.3(9)B Vacant 30 This section including title is revised to read: . 31 8-21.3(9)B Erection of Steel Structures 32 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F 33 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to 34 completion of the shaft cap portion of one foundation for one post provided the following 35 conditions are satisfied: ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 41U2013 Page 42 i EASTSIDE GA APRON REHABILITATION Amendments 1 1. The Contractor shall submit design calculations and working drawings of the 2 temporary supports and falsework supporting the sign bridge near the location of 3 the incomplete foundation to the Engineer for approval in accordance with 4 Section 6-01.9. The submittal shall include the method of releasing and 5 removing the temporary supports and falsework without inducing loads and 6 stress into the sign bridge. 7 2. The Contractor shall submit the method used to secure the anchor bolt array in , 8 proper position with the sign bridge while casting the shaft cap concrete to 9 complete the foundation. 10 3. The Contractor shall erect the sign bridge and temporary supports and falsework, 11 complete the remaining portion of the incomplete foundation, and remove the 12 temporary supports and falsework, in accordance with the working drawing 13 submittals as approved by the Engineer. 14 8-21.3(9)F Foundations 15 The following new paragraph is inserted after the second paragraph: 16 Concrete placed into an excavation where water is present shall be placed using an 17 approved tremie. If water is not present, the concrete shall be placed such that the free-fall 18 is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or 19 the steel reinforcing bar cage bracing. The Section 6-02.3(6) restriction for 5-feet maximum 20 free-fall shall not apply to placement of Class 4000P concrete into a shaft. 21 The ninth paragraph (after implementing the preceding Amendment) is replaced with the 22 following three new paragraphs: 23 After construction of concrete foundations for sign bridge and cantilever sign structures, the 24 Contractor shall survey the foundation locations and elevations, the anchor bolt array 25 locations and lengths of exposed threads. The Contractor. shall confirm that the survey 26 conforms to the sign structure post, beam, span and foundation design geometry shown in 27 the Plans, and shall identify any deviations from the design geometry shown in the Plans. 28 When deviations are identified, the Contractor shall notify the Engineer, and such notice 29 shall be accompanied by the Contractor's proposed method(s) of addressing the deviations, 30 including removal and reconstruction of the shaft cap portion of the affected concrete 31 foundation as outlined in this Section, or fabrication repair, adjustment or modification, with 32 associated shop drawings, in accordance with Section 8-21.3(9)A. 33 If the Contractor's survey indicates that a concrete foundation has been constructed 34 incorrectly for a sign structure that has already been fabricated, the Contractor may remove 35 and reconstruct the shaft cap portion of the foundation, in accordance with Section 1-07.13, 36 provided the following conditions are satisfied: 37 1. The Contractor shall submit the method and equipment to be used to remove the 38 portion of the concrete foundation to be removed and reconstructed to the Engineer 39 for approval in accordance with Section 1-05.3. The submittal shall include 40 confirmation that the equipment and the method of operation is appropriate to ensure AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 43 EASTSIDE GA APRON REHABILITATION Amendments 1 that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will 2 not be damaged. 3 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom 4 portion of the foundation to remain, shall be removed and disposed of in _ 5 accordance with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with new 6 steel reinforcing bars conforming to the size, dimensions and geometry shown in 7 the Plans. All concrete of the removed portion of the foundation shall be removed 8 and disposed of in accordance with Sections 2-02.3 and 2-03.3(7)C. 9 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as 10 necessary in accordance with Section 6-02.3(24)C to provide clearance for the 1 11 anchor bolt array. 12 Sign structures shall not be erected on concrete foundations until the Contractor confirms 13 that the foundations and the fabricated sign structures are either compatible with each other 14 and the design geometry shown in the Plans, or have been modified in accordance with this 15 Section and as approved by the Engineer to be compatible with each other, and the 16 foundations have attained a compressive strength of 2,400-psi. i17 Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is 18 revised to read: 19 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the 20 shaft cap (the portion containing the anchor bolt array assemblies' above the 21 construction joint at the top of the shaft) shall be Class 4000. 22 Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is 23 revised to read: 24 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. _ 25 8-21.5 Payment 26 This section is supplemented with the following: 27 All costs in connection with surveying completed concrete foundations for sign bridges and 28 cantilever sign structures shall be included in the lump sum contract price for "Structure 29 Surveying", except that when no Bid item is included in the Proposal for "Structure 30 Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign 31 Bridge No. it and "Cantilever Sign Structure No. ". 32 8-22.AP8 33 Section 8-22, Pavement Marking 34 January 7, 2013 �1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 44 1 EASTSIDE GA APRON REHABILITATION Amendments 1 3. Plans and details for assembling wire mesh and erecting the assembled mesh on the 2 slope. 3 All costs for the Work required for Submittals shall be included in the unit Bid price detailed 4 in Section 8-29.5. 5 8-29.3(2) Anchors 6 The Contractor shall install anchors of the type shown in the Plans and in conformance with 7 the layout shown in the Wire Mesh Protection Plan as described in Section 8-29.3(1). The 8 spacing and number of the anchors and wire ropes as shown in the Plans are approximate 9 only, and upon review of the wire mesh slope protection plan, the Engineer may arrange the 10 spacing to better hold the wire mesh against the slope. Backfill material shall be thoroughly 11 compacted with a mechanical compactor. 12 The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the 13 minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall be 14 performed against a temporary yoke or load frame. No part of the temporary yoke or load 15 frame shall bear within three feet of the anchor being tested. For vertical pullout proof - 16 testing, an anchor is acceptable if it sustains the specified capacity for 10 minutes with no 17 loss of load.Anchors that fail this criterion shall be replaced and retested. If more than three 18 anchors fail, the Contractor shall proof test all anchors. 19 8-29.3(3) Wire Rope 20 All wire rope loops shall include a thimble. No wire rope splicing will be allowed. 21 8-29.3(4) Wire Mesh 22 The wire mesh shall be fastened to the completed wire rope assembly as shown in the 23 Plans. High tensile steel fasteners on the vertical seams shall be staggered across width of 24 the seam. Horizontal splices joining 2 rolls of mesh shall be made by overlapping the mesh 25 approximately 3 feet and either weaving 3 rows of lacing wires through every mesh opening 26 or using 4 rows of high tensile steel fasteners placed on approximately 3-inch spacing. All 27 top and bottom laps shall be made by folding the mesh to the outside, away from the slope, 28 to avoid the possibility of falling material hanging up in the folds. The bottom of the mesh 29 shall be located as shown in the Plans. The ends of all lacing wires shall be secured to the 30 mesh with a minimum of 1'/2-turns. 31 The wire mesh shall not be tensioned in any direction, but is to remain loose so as to 32 increase its dampening effect on rolling rocks. The Contractor shall use care in the handling �{ 33 and installing of the wire mesh and wire rope. Any mesh or wire rope damaged due to the 34 Contractor's operations shall be replaced by the Contractor at no expense to the Contracting 35 Agency. 36 8-29.4 Measurement 37 Measurement of anchors will be per each for the completed anchor. Anchor types will not be 38 differentiated. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 47 EASTSIDE GA APRON REHABILITATION Amendments 1 Wire mesh slope protection will be measured by the square foot of wire mesh erected on the 2 slope. There will be no deduction made for overlapping the wire mesh material as required for 3 splices or.for coverage due to variations in the slope or ground conditions. 4 8-29.5 Payment 5 Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that 6 are included in the Proposal: 7 "Wire Mesh Slope Protection Anchor", per each. 8 The unit Contract price per each for "Wire Mesh Slope Protection Anchor" shall be full 9 payment for all costs for the Work described in Sections 8-29.3(1) and 8-29.3(2). 10 "Wire Mesh Slope Protection", per square foot 11 The unit Contract price per square foot for 'Wire Mesh Slope Protection" shall be full 12 payment for all costs for the Work described in Section 8-29.3(3) and 8-29.3(4). 13 9-02.AP9 14 Section 9-02, Bituminous Materials 15 January 7, 2013 16 9-02.4 Anti-Stripping Additive 17 This section is revised to read: 18 Anti-stripping additive shall be a product listed in the current WSDOT Qualified Products List 19 (QPL). 20 9-03.AP9 21 Section 9-03, Aggregates 22 April 1,2Q13 23 9-03.1(1) General Requirements 24 The eighth paragraph is deleted. 25 9-03.8(4) Blending Sand 26 This sections including title is revised to read: 27 Vacant 28 9-03.13 Backfill for Sand Drains 29 This section is supplemented with the following: 30 That portion of backfill retained on.a No. 4 sieve shall not contain more than 0.05 percent by 31 weight of wood waste. 32 9-03.13(1) Sand Drainage Blanket 33 The last paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 48 EASTSIDE GA APRON REHABILITATION Amendments 1 That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by 2 weight of wood waste. 3 9-03.14(1) Gravel Borrow 4 Note 1 is deleted, including the reference in the table. 5 9-03.14(2) Select Borrow i 6 Note 1 is deleted. 7 Note 2 is re-numbered Note 1, including the reference in the table. 8 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall � ) Y 9 9 This section including title is revised to read: 10 Gravel Borrow for Structural Earth Wall 11 All backfill material within the reinforced zone for structural earth walls shall consist of 12 granular material, either naturally occurring or processed, and shall be free draining, free 13 from organic or otherwise deleterious material. The material shall be substantially free of 14 shale or other soft, poor durability particles, and shall not contain recycled materials, such as 15 glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The 16 backfill material shall meet the following requirements for grading and quality: Geosynthetic Metallic Reinforcement Reinforcement Sieve Size Percent Passing Percent Passing 4 99-100 2 75-100 1 1/4"1 99-100 1" 90-100 No. 4 50-80 50-80 No. 40 30 max. 30 max. No. 200 7.0 max. 7.0 max. Sand Equivalent 50 min. 50 min. 17 All percentages are by weight Geosynthetic Metallic Reinforcement Reinforcement Property Test Method Requirements Requirements Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev. Degradation Factor WSDOT Test Method T 15 min. 15 min. 113 Resistivity WSDOT Test Method T 3,000 ohm-cm, 417 min. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 49 EASTSIDE GA APRON REHABILITATION Amendments Geosynthetic Metallic Reinforcement Reinforcement Property Test Method Requirements Requirements pH WSDOT Test Method 4.5-9 5-10 113 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. 1 If the resistivity of the gravel borrow equals or exceeds 5,000 ohm-cm, the specified chloride 2 and sulfate limits may be waived. 3 Wall backfill material satisfying these grading and property requirements shall be classified 4 as nonaggressive. 5 9-03.21(1) General Requirements ' 6 The first sentence in the first paragraph is revised to read: 7 Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag 8 may be used as, or blended uniformly with naturally occurring materials for aggregates. 9 9-03.21(1)C Vacant 10 This section including title is revised to read: ' 11 9-03.21(1)C Recycled Glass(Glass Cullet) 12 Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement 13 that the glass collet is limited to the maximum amounts set in Section 9-03.21(1)E for 14 recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer 15 that the recycled glass meets the physical properties and deleterious substances 16. requirements in AASHTO M-318. 17 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled 18 Material 19 The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the 20 table. 21 In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning 22 with the item `Ballast' and continuing down until the last item in the table. 23 9-04.AP9 24 Section 9-04, Joint And Crack Sealing Materials 25 January 7, 2013 26 9-04.2 Joint Sealants 27 This section is supplemented with the following new sub-sections: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 50 I 1 EASTSIDE GA APRON REHABILITATION Amendments 1 9-04.2(3) Polyurethane Sealant 2 Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 3 Polyurethane sealant shall be compatible with the closed cell foam backer rod. When �! 4 required, compatibility characteristics of sealants in contact with backer rods shall be 5 determined by Test Method ASTM C 1087. 6 9-04.2(3)A Closed Cell Foam Backer Rod 7 Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 8 1330 Type C. 9 9-04.10 Crack Sealing — Rubberized Asphalt 10 This section is deleted. 11 9-04.11 Butyl Rubber and Nitrile Rubber 12 This sections number is revised to read: 13 9-04.10 14 9-05.AP9 15 Section 9-05, Drainage Structures, Culverts, and Conduits 16 January 7, 2013 17 9-05.0 Acceptance by Manufacturer's Certification 18 This section including title is revised to read: 19 9-05.0 Acceptance and Approval of Drainage Structures, and Culverts 20 The Drainage Structure or Culvert may be selected from the Qualified Products List, or 21 submitted using a Request for Approval of Materials (RAM) in accordance with Section 1-06. 22 Certain drainage materials may be accepted by the Engineer based on a modified 23 acceptance criteria when materials are selected from the Qualified Products List (QPL). The 24 modified acceptance criteria are defined in the QPL for each material. 25 9-05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 26 Inch) 27 This section is supplemented with the following: 28 Corrugated polyethylene drain pipe manufacturers shall participate in the National 29 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 30 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 31 are NTPEP compliant. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 51 EASTSIDE GA APRON REHABILITATION Amendments 1 9-05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch 2 Through 60 Inch) 3 This section is supplemented with the following: 4 Corrugated polyethylene drain pipe manufacturers shall participate in the National 5 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 6 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 7 are NTPEP compliant. 8 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) 9 This section is supplemented with the following: 10 Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the 11 National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High 12 Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website 13 displaying they are NTPEP compliant. 14 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-Inch Through 15 60 Inch Diameter Maximum), Couplings, and Fittings 16 This section is supplemented with the following: 17 Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the 18 National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High L ` 19 Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website 20 displaying they are NTPEP compliant. 21 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings 22 The word "producer" is revised to read "manufacturer'. 23 The second paragraph is revised to read: 24 Joints for corrugated polyethylene culvert pipe shall be made with either a bell/bell or bell 25 and spigot coupling and shall incorporate the use of .a gasket conforming to the 26 requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be 27 factory installed on the coupling or on the pipe by the qualified manufacturer. 28 This section is supplemented with the following: 29 Corrugated polyethylene culvert pipe manufacturers shall participate in the National 30 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 31 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 32 are NTPEP compliant. 33 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings 34 The word "producer" is revised to read "manufacturer". 35 The first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 52 II EASTSIDE GA APRON REHABILITATION Amendments 1 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the 2 requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated 3 polyethylene storm sewer pipe shall be the diameter for which a manufacturer has 4 submitted. Fittings shall be blow molded, rotational molded, or factory welded. 5 This section is supplemented with the following: 6 Corrugated polyethylene culvert pipe manufacturers shall participate in the National 7 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 8 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 9 are NTPEP compliant. 10 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and 11 Polypropylene Sanitary Sewer Pipe 12 This sections content is deleted and replaced with the following: 13 All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and 14 shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All 15 gaskets shall be factory installed on the pipe in accordance with the producer's 16 recommendations. 17 Qualification for each producer of polypropylene storm sewer pipe requires joint system 18 conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a 19 formal quality control plan for each plant proposed for consideration. 20 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 21 materials delivered to the project. The certificate shall clearly identify production lots for all 22 materials represented. The Contracting Agency may conduct verification tests of pipe 23 stiffness or other properties it deems appropriate. 24 This section is supplemented with the following new sub-sections: 25 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 26 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 27 1. For dual wall pipe sizes up to 30 inches:ASTM F2736. . 28 2. For triple wall pipe sizes from 30 to 60 inches.ASTM F2764. 29 3. For dual wall profile pipe sizes 36 to 60 inches:AASHTO MP 21,Type S or Type D. 30 4. Fittings shall be factory welded, injection molded or PVC. 31 9-05.24(2) Polypropylene Sanitary Sewer Pipe 32 Polypropylene sanitary sewer pipe shall conform to the following requirements: 33 1. For pipe sizes up to 30 inches:ASTM F2736. 1. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 53 EASTSIDE GA APRON REHABILITATION Amendments 1 2. For pipe sizes from 30 to 60 inches:ASTM F2764. 2 3. Fittings shall be factory welded, injection molded or PVC. 3 9-06.AP9 4 Section 9-06, Structural Steel and Related Materials ' 5 April 1, 2013 6 9-06.5(3) High Strength Bolts "AASHTO M 291" is revised to read "ASTM A 563" "AASHTO M 164" is revised 7 In this section, , 8 to.read"ASTM A 325", "AASHTO M 293" is revised to read "ASTM F 436", "AASHTO M 253" is 9 revised to read "ASTM A 490", and "AASHTO M 298" is revised to read "ASTM B 695". ' 10 9-06.5(4) Anchor Bolts 11 In this section, "AASHTO M 291" is revised to read "ASTM A 563". ' 12 9-07.AP9 13 Section 9-07, Reinforcing Steel 14 August 6, 2012 i15 9-07.7 Wire Mesh 16 The first sentence in the first paragraph is revised to read: ' 17 Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M 55, 18 Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel Welded 19 Wire Reinforcement, Deformed for Concrete. 20 9-10.AP9 21 Section 9-10, Piling ' 22 April 2, 2012 23 9-10.4 Steel Pile Tips and Shoes ' 24 In the first paragraph "ASTMA A 148 Grade 60-90" is revised to read "ASTMA A 148 Grade 90- 25 60". 26 9-13.AP9 27 Section 9-13, Riprap, Quarry Spalls, Slope Protection, & Rock for Erosion and Scour 28 Protection and Rock Walls 29 April 1, 2013 ' 30 9-13.5(1) Semi-Open Concrete Masonry Units Slope Protection 31 In this section, "ASTM C 90" is revised to read "ASTM C 1319". 32 9-14.AP9 33 Section 9-14, Erosion Control and Roadside Planting 34 January 7, 2013 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 54 EASTSIDE GA APRON REHABILITATION Amendments 1 9-14.3 Fertilizer 2 The second sentence in the first paragraph is revised to read: 3 It may be separate or in a mixture containing the percentage of total nitrogen, available 4 phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 5 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) 6 The first sentence in the third paragraph is revised to read: 7 All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic 8 Tackifier as specified in Section 9-14.4(7). 9 The third and fourth rows in Table 1 is revised to read: Heavy Metals EPA 6020A Total Antimony— <4 mg/kg 'I Metals Arsenic— <6 mg/kg Barium— <80 mg/kg Boron—< 160 mg/kg Cadmium — <2 mg/kg Total Chromium— <4 mg/kg Copper— < 10 mg/kg Lead— <5 mg/kg Mercury— <2 mg/kg Nickel—<2 mg/kg Selenium— < 10 mg/kg Strontium— <30 mg/kg Zinc— <30 mg/kg Water Holding Capacity ASTM D 7367 800 percent minimum 10 9-14.4(2)A Long Term Mulch 11 In the first paragraph, the phrase "within 2 hours of application" is deleted. 12 9-14.4(4) Wood Strand Mulch 13 The last sentence in the second paragraph is deleted. 14 This section is supplemented with the following new paragraph: 15 The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the 16 product is not harmful to plant life and a test report performed in accordance with WSDOT 17 Test Method 125 demonstrating compliance to this specification prior to acceptance. 18 9-14.4(8) Compost 19 The second paragraph is revised to read: 20 Compost production and quality shall comply with WAC 173-350 and for biosolids composts, 21 WAC 173-308. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 55 I EASTSIDE GA APRON REHABILITATION Amendments ( 1 The third paragraph is to read: 2 Compost products shall meet the following physical criteria: 3 1. Compost material shall be tested in accordance with U.S. Composting Council 4 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- , 5 B, "Sample Sieving for Aggregate Size Classification". 6 Fine compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 1" 100 90 100 '/4" 1 75 100 7 Note: Maximum particle length of 4 inches. 8 Medium compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 1" 100 85 106 '/4" 70 85 9 Note: Maximum particle length of 4 inches. Medium 10 " compost shall have a carbon to nitrogen ration (C:N) 11 between 18:1 and 35:1. The carbon to nitrogen ' 12 ration shall be calculated using dry weight of 13 "Organic Carbon" using TMECC 04.01A divided by 14 the dry weight of'Total N" using TMECC 04.021). 15 Coarse compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 2" 100 ill 90 100 3/a" 70 100 '/4" 1 40 60 16 Note Maximum particle length of 6 inches. Coarse 17 compost shall have a carbon to nitrogen ratio (C:N) 18 between 25:1 and 35:1. The carbon to nitrogen ratio 19 shall be calculated using the dry weight of "Organic ' 20 Carbon" using TMECC 04.01A divided by the dry 21 weight of'Total N"using TMECC 04.02D. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 56 i EASTSIDE GA APRON REHABILITATION Amendments 1 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. i 2 Composting Council TMECC 04.11-A, 1:5 Slurry pH". 3 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less 4 than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08- 5 A"Classification of Inerts by Sieve Size". 6 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by i 7 U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter Method 8 (1-0011 9 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance 10 with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 11 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 12 Council TMECC 05.05-A, "Germination and Root Elongation". 13 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S. 14 Composting Council TMECC 05.08-B"Carbon Dioxide Evolution Rate". 15 8. The compost product shall originate from organic waste as defined in WAC 173 350 i 16 as `Type 1 Feedstocks", `Type 2 Feedstocks", and/or "Type 3 Feedstocks". The 17 Contractor shall provide a list of feedstock sources by percentage in the final 18 compost product. 19 9. The Engineer may also evaluate compost for maturity using U.S. Composting 20 Council TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a 21 number 6 or above on the Solvita® Compost Maturity Test. Medium and coarse 22 compost shall score a 5 or above on the Solvita®Compost Maturity Test. 23 9-14.4(8)A Compost Approval 24 This section's title is revised to read: 25 9-14.4(8)A Compost Submittal Requirements 26 The first sentence in this section up until the colon is revised to read: 27 The Contractor shall submit the following information to the Engineer for approval: 28 Item No. 2 in the first paragraph is revised to read: 29 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 30 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional 31 Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage i 32 Under the General Permit for Biosolids Management issued to the manufacturer by the 33 Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 'I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK a Revised: 411/2013 Page 57 a ' EASTSIDE GA APRON REHABILITATION Amendments ' 1 9-14.5(1) Polyacrylamide (PAM) 2 The third sentence is replaced with the following two new sentences: 3 The minimum average molecular weight shall be greater than 5-mg/mole. The charge 4 density shall be no less than 15 percent and no greater than 30 percent. 5 9-14.5(2) Erosion Control Blanket 6 This section including title is deleted in its entirety and replaced with the following: 7 9-14.5(2) Biodegradable Erosion Control Blanket 8 Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting 9 material, if present, shall biodegrade within a life span not to exceed 2 years. ' 10 The Contractor shall provide independent test results from the National Transportation 11 Product Evaluation Program (NTPEP) meeting the requirements of Section 9-14.5(2)6, 9- ' 12 14.5(2)C and 9-14.5(2)D. 13 9-14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets i14 The erosion control blanket may be selected from the Qualified Products List, or 15 submitted using a Request for Approval of Materials (RAM) in accordance with Section 16 1-06. Erosion control blankets may be accepted by the Engineer based on the modified 17 acceptance criteria when materials are selected from the QPL. The modified 18 acceptance criteria are defined in the QPL for each material. 19 9-14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 20 (H:V) ' 21 Table 6 Requirements for Slopes ' Properties ASTM Test Method Steeper than 3:1 Protecting Slopes from ASTM D 6459 C factor=0.04 maximum for Rainfall-Induced Erosion cumulative R-Factor<231 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle Mass Per Unit Area ASTM D 6475 7.6 oz./sq.yd. minimum Light Penetration ASTM D 6567 44%maximum I Tensile Strength MD x XD* ASTM D 6818 10.0 x 6.0 pounds/inch minimum ' Tensile Elongation MD x ASTM D 6818 38%x 33%maximum XD* AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 58 EASTSIDE GA APRON REHABILITATION Amendments ' *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 1 9-14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) 2 Table 7 Slope Flatter than 3:1 Properties ASTM Test Method Requirements Protecting Slopes from ASTM D 6459 C factor = 0.15 maximum for Rainfall-Induced Erosion cumulative R-Factor<231 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle Mass Per Unit Area ASTM D 6475 7.6 oz./sq.yd. minimum Light Penetration ASTM D 6567 40%maximum Tensile Strength MD x XD* ASTM D 6818 6.5 x 2.3 pounds/inch minimum Tensile Elongation MD x ASTM D 6818 38%x 33%maximum XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 3 9-14.5(2)D Biodegradable Erosion Control Blanket for Ditches 4 Table 8 Properties Test Method Requirements Performance in Protecting ASTM D 6460 Limiting Shear(TL;m;t)=2.0 psf Earthen Channels from Soil tested shall be sandy minimum. Storm water-Ind uced Erosion loam as defined by the NRCS** Limiting Velocity(VL;m;t)=7.5 Soil Texture Triangle ft/sec flow minimum. Mass per Unit Area ASTM D 6475 7.4 oz./sq.yd. minimum Light Penetration ASTM D 6567 65% maximum Tensile Strength MD x XD* ASTM D 6818 9.6 x 3.2 Ibs/inch minimum Tensile Elongation MD x ASTM D 6818 38%x 33%maximum XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1r2013 Page 59 i 1 EASTSIDE GA APRON REHABILITATION Amendments 1 9-14.5(4) Geotextile Encased Check Dam 2 This section including title is revised to read: 3 9-14.5(4) Check Dams 4 All materials used for check dams shall be non-toxic and not pose a threat to wildlife when 5 installed. 6 This section islsupplemented with the following new sub-sections: 7 9-14.5(4)A Biodegradable Check Dams 8 Biodegradable check dams shall meet the following requirements: 9 Biodegradable Check Dams Materials 10 Wattle Check Dam 9-14.5(5) 11 Compost Sock Check Dam 9-14.5(6) 12 Coir Log Check Dam 9-14.5(7) 13 The Contractor may substitute a different biodegradable check dam as long as it complies 14 with the following and is approved by the Engineer: 15 1. Made of natural plant fiber. 16 2. Netting if presents hall be biodegradable. 17 9-14.5(4)B Non-biodegradable Check Dams 18 Non-biodegradable check dams shall meet the following requirements: 19 1. Geotextile materials shall conform to section 9-33 for silt fence. 20 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall be 21 approved by the Engineer prior to installation. 22 9-14.6(1) Description 23 In item No. C in the fourth paragraph, "22-inch" is revised to read "2-inch". 24 9-15.AP9 25 Section 9-15, Irrigation System 26 April 1, 2013 27 9-15.1(2) Polyvinyl Chloride Pipe and Fittings 28 In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785". 29 9-16.AP9 30 Section 9-16, Fence and Guardrail 31 January 7, 2013 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 60 EASTSIDE GA APRON REHABILITATION Amendments 1 9-16.1(1)A Post Material for Chain Link Fence 2 The first paragraph is revised to read: 3 Except as noted otherwise, post material shall conform to the requirements of AASHTO M 4 181, Type 1 (zinc-coated steel), Grade 1 or 2, and shall include all round and roll-formed 5 material (line posts, brace posts, end posts, corner posts, and pull posts). 6 The last sentence in the fourth paragraph is deleted. 7 9-16.1(1)C Tension Wire and Tension Cable 8 This section including title is revised to read: 9 9-16.1(1)C Tension Wire 10 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall 11 be Class 1. 12 9-16.1(1)D Fittings and Hardware 13 The second sentence in the first paragraph is deleted. 14 The last paragraph is deleted. 15 9-16.1(2) Approval 16 This section is deleted. 17 9-16.2(2) Approval 18 This section is deleted. 19 9-16.4(2) Wire Mesh 20 This section is revised to read: 21 The galvanized wire mesh shall be a Style 1 double-twisted hexagonal mesh conforming to 22 ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is 23 required then the Style shall be a Style 3. 24 The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with' 25 continuous selvedge wire as specified in ASTM A 975. 26 9-16.4(3) Wire Rope 27 This section is revised to read: 28 Wire rope shall be 3/4- inch-diameter, independent wire rope class (IWRC) 6x19, extra 29 improved plow steel (El P) wire rope galvanized in accordance with ASTM A1023. Each lot of 30 wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill 31 certificate, and a test report showing the wire rope meets the minimum breaking force 32 requirements of ASTM A 1023. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 61 EASTSIDE GA APRON REHABILITATION Amendments 1 9-16.4(4) Hardware 2 This section is revised to read: 3 Weldless steel rings shall be drop-forged steel and heat treated after forging; have a single 4 pull, working load limit of at least 10,000 lbs; and meet performance requirements of Federal 5 Specification RR-C-271 D Type Vi. 6 Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet 7 performance requirements of Federal Specification FF-T-276b Type II. 8 Wire rope clips shall have drop4orged steel bases, be galvanized, and meet performance 9 requirements of Federal Specification FF-C-450 Type I Class 1. ' 10 9-16.4(5) Hog Rings and Tie Wire 11 This section including title is revised to read: 12 9-16.4(5) Fasteners and Lacing Wire 13 Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9 gauge, 14 zinc-coated steel wire conforming to ASTM A 641. 15 9-16.4(6) Grout 16 This section including title is deleted. ' 17 9-16.4(7) Anchor 18 This section including title and section number is revised to read: 19 9-16.4(6) Ground Anchors 20 Threaded bar ground anchors shall be deformed, continuously threaded, steel reinforcement ' 21 bars conforming to either Section 9-07.2 or Section 9-07.11. Threaded bar ground anchors 22 shall be either epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3 or 23 galvanized after fabrication in accordance with ASTM A 767 Class 1. 24 Hollow-core anchor bars shall have continuous threads/deformations and be fabricated from 25 steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the 26 guaranteed minimum tensile strength of the hollow core anchor bars. 27 Bearin g plates tes shall conform to ASTM A 572 Grade 50 and shall galvanized 28 fabrication in accordance with AASHTO M 1 be d after 11. Nuts shall conform to either AASHTO M 291 ' 29 Grade B, hexagonal, or Section 9-07.11. Nuts shall be galvanized after fabrication in 30 accordance with AASHTO M 111 for plate washers and AASHTO M 232 ,for all other 31 hardware. 32 Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to 33 Section 9-20.3(2). 34 Concrete for soil anchor deadmen shall be either commercial concrete conforming to 8 35 Section 6-02.3(2)B or Class 3000 conforming to Section 6-02. AMENDMENTS TO THE 2012 STANDARD ARD SPECIFICATIONS BOOK Page 62 Revised: 4/112013 , EASTSIDE GA APRON REHABILITA TION Amendments 1 Steel reinforcing bars for soil anchor deadmen shall conform to Section 9-07.2, and shall be 2 epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3. 3 9-16.6(3) Posts 4 This section is revised to read: 5 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel 6 pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts 7 for Type 1 Design A and B and Type 2 shall be 2 1/2 inch inside diameter galvanized steel ' 8 pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced 9 line posts) shall be as specified for line posts. 10 The base material for the manufacture of steel pipes used for posts shall conform to the 11 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as 12 provided below. 13 Posts provided for glare screen will have an acceptance tolerance on the weight per linear 14 foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each 15 individual post. 16 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum 17 average zinc coating is per square foot of surface area.This area is defined as the total area 18 inside and outside. A sample for computing the average of mass of coating is defined as a 19 12-inch piece cut from each end of the galvanized member. 20 9-16.6(5) Cable 21 This section including title is revised to read: 9-16.6 5 22 ( ) Vacant 23 9-16.6(6) Cable and Tension Wire Attachments 24 This section including title is revised to read: 25 9-16.6(6) Tension Wire Attachments 26 All tension wire attachments shall be galvanized steel conforming to the requirements of 27 AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a 28 back-up nut on the eye end and be provided with an eye nut where needed or standard hex 29 nut and lock washer%-inch diameter for tension wire and of sufficient length to fasten to the 30 type of posts used. Turnbuckles shall be of the shackle end type, 1/2 inch diameter, with 31 standard take-up of 6 inches and provided with % inch diameter pins. 32 9-16.6(9) Fabric Bands and Stretcher Bars 33 The first paragraph is revised to read: 34 Fabric bands shall be Ys inch by 1 inch nominal. Stretcher bars shall be 3/16 inch by 3/4 inch 35 nominal or 5/16 inch diameter round bar nominal. A 5/16 inch diameter round stretcher bar 36 shall be used with Type 1. Nominal shall be construed to be the area of the cross section of 37 the shape obtained by multiplying the specified width by thickness. A variation of minus 5 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 63 I i EASTSIDE GA APRON REHABILITATION Amendments 1 percent from this theoretical area shall be construed as "nominal" size. All shall be 2 galvanized to meet the requirements of ASTM F 626. 3 9-18.AP9 4 Section 9-18, Precast Traffic Curb and Block Traffic Curb 5 August 6,2012 ! 6 This section's title is revised to read: 7 9-18 Precast Traffic Curb 8 9-18.3 Block Traffic Curb 9 This section including title is revised to read: 10 9-18.3 Vacant 11 9-20.AP9 , 12 Concrete Patching Material, Grout, and Mortar 13 January 2, 2012 14 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 15 This section is revised to read: 16 Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — 17 Table 1, R2 Concrete•or Mortar. 18 9-20.3(4) Grout Type 4 for Multipurpose Applications 19 In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45". 20 9-23.AP9 21 Section 9-23, Concrete Curing Materials and Admixtures 22 April 2, 2012 23 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds 24 In the first paragraph, "moisture loss" is revised to read "water retention". 1 25 9-28.AP9 26 Section 9-28, Signing Materials and Fabrication 27 April 1, 2013 ' 28 9-28.14(2) Steel Structures and Posts 29 "AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read 30 "ASTM F 436". 31 9-29.AP9 32 Section 9-29, Illumination, Signal, Electrical 33 April 1,2013 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 41112013 Page 64 r EASTSIDE GA APRON REHABILITATION Amendments II 1 9-29.1(4) Non-Metallic Conduit 2 This section is supplemented with the following new sub-section: 3 9-29.1(4)D Deflection Fittings 4 Deflection Fittings for use with rigid PVC conduit shall be as described in 9-29.1(2)A 5 9-29.2 Junction Boxes, Cable Vaults; and Pull Boxes 6 The section is supplemented with the following: 7 The Contractor shall perform quality control inspection. The Contracting Agency intends to 8 perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only 9 to verify the quality of that Work. This inspection shall not relieve the Contractor of any 10 responsibility for identifying and replacing defective material and workmanship. Prior to the 11 start of production of the precast concrete units, the Contractor shall advise the Engineer of 12 the production schedule.The Contractor shall give the Inspector safe and free access to the 13 Work. If the Inspector observes any nonspecification Work or unacceptable quality control 14 practices, the Inspector will advise the plant manager. If the corrective action is not 15 acceptable to the Engineer, the unit(s) will be rejected. 16 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 17 The third paragraph is deleted and replaced with the following new paragraphs: 18 The Contractor shall provide shop drawings for all components, including the concrete box, 19 and Lid and the shop drawings shall show placement of reinforcing steel. The shop drawing 20 shall be prepared by (or under the direct supervision of) a Professional Engineer, licensed 21 under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet 22 shall carry the following: 23 1. Professional Engineer's original signature, date of signature, original seal, 24 registration number, and date of expiration. 25 2. The initials and dates of all participating design professionals 26 3. Clear notation of all revisions including identification of who authorized the revision, 27 who made the revision, and the date of the revision. 28 4. Design calculations shall carry on the cover page, the Professional Engineer's 29 original signature, date of signature, original seal, registration number, and date of 30 expiration. 31 For each type of junction box, or whenever there is a change to the junction box design, a 32 proof test, as defined in this Specification, shall be performed and new shop drawings 33 submitted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 65 J 1 EASTSIDE GA APRON REHABILITATION Amendments 1 9-29.2(1)A Standard Duty Junction Boxes 2 The sub-paragraph's titled "Concrete Junction Boxes" are revised to read: 3 Concrete Junction Boxes 4 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted 5 with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc 6 primer in accordance with Section 6-07.3, or hot-dip galvanized in accordance with AASHTO 7 M 111. All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways, and 8 shared-use paths shall have slip-resistant surfaces. Slip-reisistant lids and frames shall be , 9 hot dip galvanized. ' 10 Concrete used in Standard Duty Junction Boxes shall have a minimum compressive 11 strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced 12 with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by 13 welding headed studs 3/ by 3 inches long, as specified in Section 9-06.15, to the frame. The 14 wire fabric shall be attached to the studs and frame with standard tie practices. The box 15 shall contain ten studs located near the centerline of the frame and box wall. The studs shall 16 be placed one anchor in each corner, one at the middle of each width,and two equally 17 spaced on each length of the box. 18 Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: ' Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 J ' Fiber Reinforcing ASTM C 1116,Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS Handle &Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in ' accordance with approved shop drawing Locking and Latching In accordance with approved shop drawings Mechanism Hardware and Bolts ' 19 9-29.2(1)B Heavy Duty Junction Boxes 20 The section is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 66 EASTSIDE GA APRON REHABILITATION Amendments 1 Heavy-Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 2 46,000 pounds without permanent deformation and 60,000 pounds without failure when 3 tested in accordance with Section 9-29.2(1)C. 4 The Heavy-Duty Junction Box steel frame, lid support and lid shall be painted with abshop 5 applied, inorganic zinc primer in accordance with Section 6-07.3. 6 Materials for Type 4,5, and 6 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft-lb at 40 degrees F. Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min. CVN toughness of 20 ft-lb at 40 de rees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9-06.15 Bolts,Studs, Nuts, ASTM F 593 or A 193,Type 304 or 316, or Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop drawings Latching Mechanism Hardware and Bolts 7 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 8 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 9 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from 10 burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be 11 liberally coated with anti-seize compound. Bolts shall be installed snug tight. The bearing 12 seat and lid perimeter bar shall be machined to allow a minimum of 75 percent of the 13 bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler 14 gage. The bearing area percentage will be measured for each side of the lid as it bears on 15 the frame. 16 9-29.2(1)C Testing Requirements 17 The first paragraph is revised to read: 18 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. 19 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials 20 testing facility, and a test report issued documenting the results of the tests performed. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 67 EASTSIDE GA APRON REHABILITATION ' Amendments 1 The second paragraph is revised to read: I 2 For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall 3 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. 4 The test shall be conducted in the presence of a Professional Engineer, licensed under Title 5 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall 6 have the Professional Engineer's original signature, date of signature, original seal, 7 registration number, and date of expiration. One copy of the test report shall be furnished to 8 the Contracting Agency certifying that the box and cover meet or exceed the loading 9 requirements for a concrete junction box, and shall include the following information: 10 1. Product identification. 11 2. Date of testing. 1 12 3. Description of testing apparatus and procedure. 13 4. All load deflection and failure data. 14 5. Weight of box and cover tested. 15 6. Upon completion of the required test(s)the box shall be.loaded to failure. 16 7. A brief description of type and location of failure. 17 The third paragraph is revised to read: 18 For non-concrete junction boxes the independent testing laboratory shall meet the 19 requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test 20 shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, 21 State of Washington, in the.branch of Civil or Structural, and each test sheet shall have the 22 Professional Engineer's original signature, date of signature, original seal, registration I 23 number, and date of expiration. One copy of the test report shall be furnished,to the 24 Contracting Agency certifying that the box and cover meet or exceed the loading 25 requirements for a non-concrete junction box, and shall include the following information. j26 1. Product identification. 27 2. Date of testing. 28 3. Description of testing apparatus and procedure.' j 29 4. All load deflection data. 30 5. Weight of box and cover tested. 31 The first paragraph following the title "Testing for the Standard Duty Non-Concrete Junction 32 Boxes" is revised to read: 33 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77-2007 Tier 15 34 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a 35 Manufacture Certificate of Compliance for each non-concrete junction box installed. 36 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 37 This section is revised to read: 38 Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes shall be constructed as a 39 concrete box and as a concrete lid. The lid for the Heavy-Duty and Standard Duty Cable I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 68 1 EASTSIDE GA APRON REHABILITATION Amendments 1 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in 2 the Standard Plans. 3 The Contractor shall provide shop drawings for all components, including concrete box, Cast 4 Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show 5 placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing 6 shall be prepared by or under the direct supervision of a Professional Engineer, licensed. 7 under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet 8 shall carry the following: 9 1. Professional Engineer's original signature, date of signature, original seal, 10 registration number, and date of expiration. 11 2. The initials and dates of all participating design professionals 12 3. Clear notation of all revisions including identification of who authorized the revision, 13 who made the revision, and the date of the revision. 14 4. Design calculations shall carry on the cover page, the Professional Engineer's 15 original signature, date of signature, original seal, registration number, and date of 16 expiration. 17 For each type of box or whenever there is a change to the Cable Vault or Pull box design, a 18 proof test, as defined in this Specification, shall be performed and new shop drawings 19 submitted. 20 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 21 This section is revised to read: l 22 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 23 rating of 22,500 pounds and be tested in accordance with Section 9-29.2(1)C for concrete 24 Standard Duty Junction Boxes. 25 Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive 26 strength of 4,000 psi. The lid frame shall be anchored to the vault/box concrete lid by 27 welding headed studs 3/by 3 inches long, as specified in Section 9-06.15, to the frame. The 28 wire fabric shall be attached to the studs and frame with standard tie practices. The 29 vault/box concrete lid shall contain ten studs located near the centerline of the frame and 30 wall. Studs shall be placed one anchor in each corner, one at the middle of each width and 31 two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall 32 be painted with a black paint containing rust inhibiters or painted with a shop applied, 33 inorganic zinc primer in accordance with Section 6-07.3 or hot-dip galvanized in accordance 34 with ASTM M 111. 35 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared- 36 use paths shall have slip-resistant surfaces. The steel frame, lid support, and lid for the 37 Standard Duty Cable Vaults and Pull Boxes shall be hot-dip galvanized. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK D Revised: 4/112013 Page 69 i t EASTSIDE GA APRON REHABILITATION Amendments ' 1 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM * A 36 i Slip Resistant Frame ASTM A 36 Steel Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle&Handle Support ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts,Washers ASTM F593 or A 193,type 304 or 316,or Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking Mechanism In accordance with approved shop Hardware and Bolts drawings 2 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes 3 This section is revised to read: 4 Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum 5 compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 6 pounds without permanent deformation and 60,000 pounds without failure when tested in 7 accordance with Section 9-29.2(1)C for Heavy-Duty Junction Boxes. 8 Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 t Bolts, Nuts,Washers ASTM F 593 or A 193,Type 304 or 316, or Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 9 9-29.6(2) Slip Base Hardware 10 "AASHTO M 291" is revised to read "ASTM A 563", "AASHTO M 164" is revised to read "ASTM 11 A 325", and "AASHTO M 293" is revised to read "ASTM F 436. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4!1!2013 Page 70 EASTSIDE GAAPRON REHABILITATION Amendments 1 9-29.6(5) Foundation Hardware 2 "AASHTO M 291" is revised to read "ASTM A563". 3 9-29:10 Luminaires 4 The third paragraph is revised to read: 5 All luminaires shall be provided with markers for positive identification of light source type 6 and wattage. Markers shall be 3 inches square with.Gothic bold, black 2-inch legend on 7 colored background. Background color shall be gold for high-pressure sodium and red for 8 metal halide, and white for induction light sources. Legends shall be sealed with transparent 9 film resistant to dust, weather, and ultraviolet exposure. 10 9-29.10(2) Decorative Luminaries 11 The second sentence in the third paragraph is deleted. 12 9-29.13 Traffic Signal Controllers 13 This section and all sub-sections including title is revised to read: 14 9-29.13 Control Cabinet Assemblies 15 Control cabinet assemblies shall include all necessary equipment and auxiliary equipment 16 for controlling the operation of traffic signals, programmable message signs, illumination 17 systems, ramp meters, data stations, CCTV, and similar systems as required for the specific 18 application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the 19 NEMA TS1 and TS2 specification or the California Department of Transportation 20 `Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as 21 defined in this specification. 22 9-29.13(l) Environmental Performance and Test Standards for Solid-State Traffic 23 Controller Assemblies 24 The scope of this Specification includes the controller of solid-state design installed in a 25 weatherproof controller cabinet. The controller assembly includes the cabinet, controller 26 unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line 27 filters, vehicle detectors, coordination equipment and interface, and preemption 28 equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1 29 Environmental Standards. Normal operation will be required while the control assembly 30 is subjected to any combination of high and low environmental limits (such as low 31 voltage at high temperature with high repetition noise transients). All other control 32 equipment shall meet.the environmental requirements of California Department of 33 Transportation `Transportation Electrical Equipment Specifications" (TEES) dated 34 March 12, 2009. 35 The Contractor shall furnish to the Contracting Agency all guarantees and warranties 36 furnished as a normal trade practice for all control equipment provided. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 71 t EASTSIDE GA APRON REHABILITATION Amendments 1 9-29.13(2) Manufacturing Quality 2 The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) 3 inspections based on their QC program. Their QC program shall be submitted and 4 approved by WSDOT at least annually. The fabricator of the controller shall certify that 5 the controller meets all requirements of the Standard Specifications and Special 6 Provisions for the specific application. 7 The QC program shall include, but not be limited to, the following: t8 1. Quality Statement 9 2. Individual responsible for quality (organizational chart) 10 3. Fabrication procedures 11 4. Test procedures 12 5. Documented inspection reports 13 6. Documented test reports 14 7. Certification package 15 9-29.13(2)A Traffic Signal Controller Assembly Testing 16 Each traff ic signal controller assembly shall be tested as follows. The supplier shall: 17 1. Seven days prior to shipping, arrange appointment for controller cabinet 18 assembly, and testing at the WSDOT Materials Laboratory or the facility 19 designated in the Special Provisions. 20 2. Assembly shall be defined as but not limited to tightening all screws, nuts and 21 bolts, verifying that all wiring is clear of moving parts and properly secured, 22 installing all pluggables, connecting all cables, Verify that all Contract required 23 documents are present, proper documentation is provided, and all equipment 24 required by the Contract is installed. 25 3. The assembly shall be done at the designated WSDOT facility in the presence of 26 WSDOT personnel. 27 4. The supplier shall demonstrate that all of the functions required by this 28 Specification and the Contract Plans and Special Provisions perform as intended. 29 Demonstration shall include but not be limited to energizing the cabinet and 30 verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by 31 the Contract Provisions) operate in accordance with Section 9-29.13. The ' 32 supplier shall place the controller in minimum recall with interval timing set at 33 convenient value for testing purposes. Upon a satisfactory demonstration the 34 controller assembly will then be accepted by WSDOT for testing. t35 5. If the assembly and acceptance for testing is not complete within 5 working days 36 of delivery, the Project Engineer may authorize the return of the assembly to the 37 supplier, with collect freight charges to the supplier. t tAMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 72 t 1 EASTSIDE GA APRON REHABILITATION Amendments 1 6. The Contractor will be notified when the testing is complete, and where the 2 assembly is to be picked-up for delivery to the project. 3 7. The supplier has 5 working days to repair or replace any components that fail 4 during the testing process at no cost to the Contracting Agency. A failure shall be 5 defined as a component that no longer functions as intended under the 6 conditions required or does not meet the requirements of the Contract 7 Specifications and is at the soul discretion of WSDOT. 8 8. Any part or component of the controller assembly, including the cabinet that is 9 rejected shall not be submitted for use by WSDOT or any City or County in the 10 State of Washington. 11 9-29.13(3) Traffic Signal Controller i 12 The traffic signal controller shall conform.to the Contract requirements and the applicable 13 Specifications as listed below: All solid-state electronic traffic-actuated controllers and 14 their supplemental devices shall employ digital timing methods. 15 A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 or 16 TS2 Specification. Every pin of every connecting plug shall be utilized as 17 described within the NEMA requirement, except that those pins identified as 18 "spare" or"future" shall remain unused. 19 B. Type 170E controllers shall conform to the TEES. The 170E controller shall be 20 provided with a program card, one blank ROM chip, and two 64K non-volatile 21 memory chips. 22 C. Type 170E/HC-11 controllers shall conform to the current Oregon Department of 23 Transportation Specification for model 170E/HC-11 controller. The 170E 24 controller with the HC11 chip shall be compatible with the software specified in 25 the Contract. The controller shall be provided with one ROM chip and one 64K 26 non-volatile memory chip. 27 D. Vacant 28 E. Type 2070 controllers shall conform to the TEES. The standard 2070 controller 29 shall consist of the following: 2070 2070E 2070N1 2070-5 VME cage 2070-1 E CPU Card 2070-1 E CPU Card 2070-1 E CPU Card 2070-36 Front 2070-36 Front Panel 2070-3B Front Panel Panel 2070-4 Power 2070-4 Power Supply 2070-4 Power Supply Supply 2070-2A Field 1/0 2070-2A Field 1/0 2070-26 Field 1/0 X X 2070-8 Interface AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 73 I EASTSIDE GA APRON REHABILITATION Amendments t1 9-29.13(4) Traffic-Signal Controller Software 2 All traffic signal controllers shall operate with software specified in the contract. 3 Traffic-actuated controllers shall be electronic devices which, when connected to traffic 4 detectors or other means of actuation, or both, shall operate the electrical traffic signal 5 system at one or more intersections. 6 If the complete traffic controller defined in the Special Provision requires NTCIP 7 compliance the following are the minimum requirements for NTCIP operation. 8 Communication 9 The traffic controller hardware and software shall communicate with the central computer 10 in a polled multi-drop operation. In the polled multi-drop operation, several traffic 11 controllers shall share the same communication channel, with each controller assigned a 12 unique ID number. Controller ID numbers shall conform to the NTCIP requirements for 13 address numbers. A traffic controller shall only reply to.messages labeled with its ID. In 14 polled multi-drop mode, traffic controllers never initiate communication, but merely 15 transmit their responses to messages from the central computer. 16 A laptop computer connected to the traffic controller's local communication port shall 17 have the same control and diagnostic capabilities as the central computer. However, 18 local laptop control capability shall be limited to that traffic controller. 19 NTCIP Requirements 20 The traffic controller software shall comply with the National Transportation 21 Communications for ITS Protocol (NTCIP) documents and all related errata sheets 22 published before July 1, 1999 and as referenced herein. 23 The traffic controller software shall support the following standards: 24 1. NTCIP 1101, Simple Transportation Management Framework (STMF), 25 Conformance Level 1 (Simple Network Management Protocol (SNMP)) 26 2. NTCIP 2001, Class B Profile. All serial ports on the device shall support 27 communications according to these standards. 28 3. NTCIP 2101, SP-PMPP/RS232 Point-to-Multi-Point Protocol (PMPP) 29 4. NTCIP 2201, NTCIP TP-Null Transport Profile Null TP-NULL 30 The traffic controller software shall implement all mandatory objects of all mandatory 31 conformance groups as defined in NTCIP 1201, Global Object Definitions, and NTCIP 32 1202, Object Definitions for Actuated Traffic Signal Controller Units. Software shall 33 implement the following conformance groups: 34 NTCIP 1202, Object Definitions for ASC AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 74 EASTSIDE GA APRON REHABILITATION Amendments 1 - Conformance Group Reference Configuration 1201 2.2 Time Management Time Base Event Schedule Report 2.5 Phase 1202 2.2 Rings 2.8 Detector 2.3 Unit 2.4 Preempt 2.7 Time Base 2.6 Coordination 2.5 Channel 2.9 Overlaps 2.10 2 The software shall implement the following optional objects: 3 Objects required by these specifications shall support all values within its 4 standardized range. The standardized range is defined by a size, range, or 5 enumerated listing indicated in the object's SYNTAX field and/or through 6 descriptive text in the object's description field. The following list indicates the 7 modified object requirements for these objects. Object Object Name ID Minimum Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values dBErrorType All values Time Management glob sIDa li htSavin s Values 2 and 3 Timebase Events Schedule maxTimeBaseScheduleEntries 16 MaxDa Plans 15 Mw0a Events 10 Report maxEventLo Con ifs 50 MventConfi Mode Values 2 thru 5 mventConfi Action Values 2 and 3 MaxEventLo Size 255 MaxEventClasses 7 PMPP maxGrou Address 2 ASC Phase maxPhases 8 pPhaseStarip Values 2 thru 6 hase0 tions All Values maxPhaseGrou s 1 Rings maxRin s 2 maxSe uences 16 Detector maxVehicleDetectors 64 vehicleDetector0 tions All Values maxPedestrianDetector 8 Unit unitAutoPedestrianClear All Values unitControlStatus All Values AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 75 EASTSIDE GA APRON REHABILITATION Amendments Object Object Name ID Minimum Requirements unitFlashStatus All Values unitControl All Values maxAlarmGrou s 1 Special Function maxS ecialFunctionsOut uts 8 Coordination coordCorrectionMode Values 2 thru 4 coordMaxim um Mode Values 2 thru4 coordForceMode Values 2 and 3 maxPatterns 48 patternTableType Either 2,3 or 4 maxS tits 16 s IitMode Values 2 thru 7 IocalFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt ' maxPreem is 4 reem tControl All Values reem tState Values 2 thru 9 Overlaps max0verla s 4 overlapType Value 2 and 3 max0verlapstatusGroup 1 Channels maxChannels 16 channelControlGroup Values 2 thru 4 channelFlash Value 0,2,4,6,8,10,12 and 14 channelDim Values 0 thru 15 maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 ortlTable Values 2 and 3 1 values in excess of the minimum requirement are considered to meet the specification. 2 Documentation 3 Software shall be supplied with all documentation on a CD. ASCII versions of the 4 following Management Information Base (MIB) files in Abstract Syntax Notation 1 5 (ASNA)format shall be provided on CD-ROM: 6 1. The official MIB Module referenced by the device functionality. 7 2. A manufacturer-specific version of the official MIB Module with the non- 8 standardized range indicated in the SYNTAX field. The filename shall match the g official MIB Module, with the extension spc . 10 3. A MIB Module of all manufacturer-specific objects supported by the device with 11 accurate and meaningful DESCRIPTION fields and the supported ranges 12 indicated in the SYNTAX field. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 76 EASTSIDE GA APRON REHABILITATION Amendments 1 9-29.13(5) Flashing Operations I 2 All traffic signals shall be equipped for flashing operation of signal displays. Controllers 3 and cabinets shall be programmed for flashing red displays for all approaches. During 4 flashing operation, all pedestrian circuits shall be de-energized. 5 Actuated traffic signal control mechanisms shall be capable of entry into flash operation 6 and return to stop-and -go operation as follows: 7 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip 8 input, the controller shall provide both sequenced entry into flash and sequenced 9 return to normal operation consistent with the requirements of the latest edition of 10 the Manual on Uniform Traffic Control Devices. 11 2. Police Panel Switch. When the flash-automatic switch located behind the police 12 panel door is turned to the flash position, the signals shall immediately revert to 13 flash; and, the controller shall have a stop time input applied. When the switch is 14 placed on automatic, the controller shall immediately time an 6 second all red 15 period then resume stop-and-go operations at the beginning of major street 16 green. 17 3. Controller Cabinet Switches. When the flash-automatic switch located inside the 18 controller cabinet is placed in the flash position, the signals shall immediately 19 revert to flash; however, the controller shall not have a stop time input applied. 20 When the flash-automatic switch is placed in the automatic position, the 21 controller shall immediately time a 6 second all red period, then resume stop- 22 and-go operation at the beginning of the major green. 23 4. Power Interruption. On "NEMA' controllers any power interruption longer than 24 475 plus or minus 25 milliseconds, signals shall re-energize consistent with No. 2 25 above to ensure an 6-second flash period prior to the start of major street green. 26 A power interruption of less than 475 plus or minus 25 milliseconds shall not 27 cause resequencing of the controller and the signal displays shall re-energize 28 without change. Type 170 controllers shall re-energize 'consistent with No. 2 29 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 6- 30 second flash period will not be required. Any power interruption to a 2070 type 31 controller shall result in a 6 second flash period once power is restored. 32 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall 33 immediately cause the_signal to revert to flash and the controller to stop time. 34 After the conflict monitor has been reset, the controller shall immediately take 35 command of the signal displays at the beginning of major street green. 36 9-29.13(6) Emergency Preemption 37 Immediate) after a valid call has been received the preemption equipment shall cause Y p p 38 the controller to terminate the appropriate phases as necessary with the required 39 clearance intervals and enter any programed subsequent preemption sequence. 40 Preemption sequences shall be as noted in the Contract. i AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 77 EASTSIDE GA APRON REHABILITATION Amendments 1 7) Wiring Diagrams 9-29.13 ( 9 2 Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be 3 submitted when the assemblies are delivered. The diagram shall show in detail all 4 circuits and parts. The parts shall be identified by name or number in a manner readily 5 interpreted. Two hard copies of the cabinet wiring diagram and component wiring 6 diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and 7 component drawings. The schematic drawing shall consist of a single sheet, detailing all 8 circuits and parts, not to exceed 52-inches by 72-inches. The cabinet wiring diagram 9 shall indicate and identify all wire terminations, all plug connectors, and the locations of 10 all equipment in the cabinet. Included in the diagram shall be an intersection sketch 1 11 identifying all heads, detectors, and push buttons and a phase diagram. 12 9-29.13(8) Generator Transfer Switch 13 When specified in the contract, A generator transfer switch shall be included. . The 14 Generator Transfer Switch shall be capable of switching power from a utility power 15 source to an external generator power source. 16 The Transfer Switch enclosure shall be of identical materials and dimensions and 17 installation methods as the Police Panel type enclosure specified in the first paragraph of 18 Special Provision 9-29.13(10)D except that the enclosure door shall include a spring 19 loaded construction core lock capable of accepting a Best 6-pin CX series core. The 20 core lock shall be installed with a green construction core. Upon contract completion, 21 two master keys for the construction core shall be delivered to the Engineer. 22 The enclosure shall include the following Transfer Switch equipment: 23 1. One Nema L5-30P Flanged Inlet generator connector 24 2. One Utility power indicator light 25 3. One enerator indicator light 9 9 i26 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One circuit 27 breaker shall be labeled "Generator" and the other circuit breaker shall be 28 labeled "Utility'. Both labels shall be engraved phenolic name plates. 29 5. A mechanical lock out feature that prevents the Utility circuit breaker and the 30 Generator circuit breaker from being in the ON position at the same time. The 31 circuit breakers shall be capable of being independently switched. 32 6. The conductors from the Generator Transfer Switch enclosure to the cabinet 33 circuit breaker shall be enclosed in nylon mesh sleeve. 34 7. The enclosure door shall be labeled with the letters "GTS". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: VM013 Page 78 EASTSIDE GA APRON REHABILITATION Amendments � 1 9-29.13(9) Vacant 2 9-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 3 9-29.13(10)A Auxiliary Equipment for NEMA Controllers 4 The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA 5 traffic-actuated controllers: 6 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the flasher 7 and isolate the controller from light circuits. See Section 9-29.13(5) for operational 8 requirements. 9 2. Modular solid state relay load switches of sufficient number to provide for each vehicle 10 phase (including future phases if shown in the plans), each pedestrian phase and 11 preemption sequence indicated in the Contract. Type P & R cabinets shall include a fully 12 wired 16-position back panel. Solid-state load switches shall conform to NEMA 13 standards except only optically isolated load switches will be allowed. Load switches 14 shall include indicator lights on the input and output circuits. The controller cabinet shall 15 have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four 16 emergency pre-empts,four overlaps (OLA, B, C, D). 17 3. A power panel with: 18 a. A control-display breaker sized to provide 125 percent overload protection for all 19 control equipment and signal displays, 20 ampere minimum. i 20 b. A.15 ampere accessory breaker wired parallel to the control display breaker. The 21 breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, 22 etc. 23 c. A busbar isolated from ground and unfused for the neutral side of power supply. 24 d. A radio interference suppresser installed at the input power point. Interference 25 suppressers shall be of a design which will minimize interference in both broadcast 26 and aircraft frequencies, and shall provide a minimum attenuation of 50,decibels over 27 a frequency range of 200 kilohertz to 75 megahertz when used in connection with 28 normal installations. The interference filters furnished shall be hermetically sealed in 29 a substantial case filled with a suitable insulating compound. Terminals shall be 30 nickel plated, 10-24 brass studs of sufficient external length to provide space to 31 connect two 8 AWG wires, and shall be so mounted that they cannot be turned in the 32 case. 33 Ungrounded terminals shall be insulated from each other and shall maintain a 34 surface leakage distance of not less than 1/2-inch between any exposed current 35 conductor and any other metallic parts with an insulation factor of 100-200 megohms 36 dependent on external circuit conditions. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/112013 Page 79 EASTSIDE GA APRON REHABILITATION Amendments 1 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, 2 single wire circuits, and shall meet standards of the Underwriters' Laboratories and 3 the Radio Manufacturers Association. 4 e. A Surge Protection Device connected to the controller power circuit for protection 5 against voltage abnormalities of 1 cycle or less duration. The Surge Protection 6 Device shall be a solid state high energy circuit containing no spark gap, gas tube, or 7 crow bar component. The device shall provide transient protection between neutral 8 and ground, line and ground, as well as line and neutral. If the protection circuits fail, 9 they shall fail to an open circuit condition. The minimum interrupting capacity shall be 10 10,000 Amps. The Voltage Protection Rating shall be 600 volts or less when 11 subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 12 microsecond waveform as described in UL 1449. In addition, the device shall 13 dissipate a 13,000 Amp or greater repeated single peak 8/20 microsecond current 14 impulse, and withstand, without failure or permanent damage, one full cycle at 264 15 volts RMS. The device shall contain circuitry to prevent self-induced regenerative 16 ringing. There shall be a failure warning indictor which shall illuminate a red light or 17 extinguish a green light when the device has failed and is no longer operable. 18 f. Cabinet ground busbar independent (150K ohms minimum) of neutral. 19 4. A police panel located behind the police panel door with a flash automatic switch and a 20 control-display power line on-off switch. See Section 9-29.13(5) for operational 21 requirements. 22 5. An auxiliary control panel located inside the controller cabinet with a flash-automatic 23 switch and a controller on-off switch. See Section 9=29.13(5) for operational 24 requirements. A three wire 15 ampere plug receptacle with grounding contact and 15 25 ampere ground fault interrupter shall also be provided on the panel. 26 6. A conflict monitor conforming to NEMA standards. See Section 9-29.13(5) for operational 27 requirements. The unit shall monitor conflicting signal indications at,the field connection 28 terminals. The unit shall be wired in a manner such that the signal will revert to flash if 29 the conflict monitor is removed from service. 30 Supplemental loads not to exceed 10 wafts per monitored circuit or other means, shall 31 be provided to prevent conflict monitor actuation caused by dimming or lamp burn-out. 32 Supplemental loads shall be installed on the control side of the field terminals. Conflict 33 monitors shall include a minimum of one indicator light for each phase used. The 34 monitoring capacity of the unit shall be compatible with the controller frame size. Conflict 35 monitors shall include a program card. 36 7. A"Detector Panel", as specified in Standard Specification Section 9-29.13(10)13, shall be 37 installed. The panel shall be mounted on the inside of the front cabinet door. The 38 detector panel shall be constructed as a single unit. Detector switches with separate 39 operate, test, and off positions shall be provided for each field detector input circuit. A 40 high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall 41 energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide 42 a spring loaded momentary contact that will place a call into the controller. When in the ! AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 80 EASTSIDE GA APRON REHABILITATION Amendments 1 OFF position, respective detector circuits will be disconnected. In the operate position, 2 each respective detector circuit shall operate normally. Switches shall be provided on the 3 panel with labels and functions as follows: 4 a. Display On—Detector indicator lights shall operate consistent with their respective 5 switches. 6 b. Display Off—detector indicator lights shall be de-energized. 7 A means of disconnecting all wiring entering the panel shall be provided. The 8 disconnect shall include a means to jumper detection calls when the display panel is 9 disconnected. All switches on the panel shall be marked with its associated Plan 10 detector number.All markers shall be permanent. 11 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. 12 A minimum of 12 spare terminals shall be provided. Field wire connection terminal 13 blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead-ins, which 14 may be 300 volt. The 600 volt type-terminal strips shall be provided with a field-side and 15 a control-side connector separated by a marker strip. The 300 volt type shall have a 16 marker strip, installed on the right side of vertical terminal strips or below horizontal 17 terminal strips. The marker strip shall bear the circuit number indicated in the plans and 18 shall be engraved. Each connector shall be a screw type with No. 8 post capable of 19 accepting no less than three 12 AWG wires fitted with spade tips. 20 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed 21 three times the cabinet volume. I 22 10. VACANT 23 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller 24 manufacturer, shall have insulation conforming to the requirements of Section 9-29.3. 25 Cabinet wiring shall be trimmed to eliminate all slack and shall be laced or bound 26 together with nylon wraps or equivalent. All terminals, shall be numbered and 27 permanently identified with PVC or polyolefin wire marking sleeve consistent with the 28 cabinet wiring diagram provided by the signal controller manufacturer and the Contract. 29 The cabinet will be completely wired so that the only requirement to make a field location 30 completely operational is to attach field power and ground wiring. Internal cabinet wiring 31 shall not utilize the field side connections of the terminal strip intended for termination of 32 field wires. 33 12. Cabinet wiring diagram and component wiring diagrams meeting the requirements of 9- 34 29.13(7) shall be furnished with each cabinet. Each cabinet shall be equipped with a, 35 shelf mounted roll out drawer mounted directly below the controller to house one or more 36 cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire 37 terminations, all plug connectors, and the locations of all equipment in the cabinet. 38 Included in the diagram shall be an intersection sketch identifying all heads, detectors, 39 and push buttons; and a phase diagram. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 81 EASTSIDE GA APRON REHABILITATION Amendments 1 13. Each vehicle detector amplifier, video detection output channel pedestrian call isolation 2 unit, phase selector, discriminator, and load switch shall be identified with semi- 3 permanent stick-on type label.The following information shall be included: 4 a. Vehicle Detector Amplifier Channel 5 1. Loop number 6 2. Assigned phase(s) 7 b. Ped Call Isolation Unit 8 1. Push button number 9 2. Assigned phase(s) t10 c. Load Switches 11 1. Signal head number 12 2. Assigned phase(s) 13 d. Phase Selectors i14 1. Circuit Letter 15 2. Phase(s) called 16 The label shall be placed on the face of the unit. It shall not block any switch, light, or 17 operational words on the unit. The lettering on this label shall be neat, legible, and easily 18 read from a distance of approximately 6 7feet. 19 9-29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies 20 The following requirements apply to required auxiliary equipment furnished with Type 170E, 21 170E-HC-11 and 2070 controllers: 22 A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, 23 discriminator modules, program modules, modem modules, breakers, buses, 24 police panel switches, receptacle requirement, vent fan and auxiliary control 25 panel switches shall conform to the requirements noted in the TEES. 26 B. Flashing operation shall conform to Section 9-29.13(5), except the 6-second 27 flash period described in Item 2 of that section will not be required. Emergency 28 preemption shall conform to Section 9-29.13(6). 29 C. Input and output terminals shall be installed with a marking strip with field wire 30 numbers noted in the Contract embossed on the strip. All cabinet and field 31 conductor shall have a PVC or polyolefin wire marking sleeve installed, matching 32 the input and output terminals above. Marking on sleeves shall be embossed or 33 type written. 34 D. The input panel terminal blocks TB 2 through TB 9 and associated cable to the 35 input files as described in the TEES shall be provided in all control assemblies. jAMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 82 EASTSIDE GA APRON REHABILITATION Amendments 1 E. Supplemental load resistor, not less than 2000 ohms and not greater than 5000 2 ohms not to exceed 10 watts per monitored circuit, shall be provided to prevent 3 conflict monitor actuation caused by dimming or lamp burn-out. 4 An individual supplemental load resistor shall be installed within the output file, 5 and shall be installed on each of the following terminal circuits: FT1-105(SP 4P-Y) FT1-111 (SP 8P-Y) FT2-114(SP 2P-Y) FT2-120(SP 6P-Y) FT2-117(SP 3-Y) FT2-118(SP 3-G) FT2-123(SP 7-Y) FT2-124(SP 7-G) FT3-126(SP 1-Y) FT3-127(SP 1-G) FT3-132(SP 5-Y) FT3-133(SP 5-G) 6 F. Load switches of sufficient quantity to fully populate the output files shall conform 7 to TEES and shall have indicator lights on input and output circuits. 8 G. A detection panel, which shall be constructed as a single unit. Detector switches 9 with separate operate, test, and off positions shall be provided for each field 10 detector input circuit. A high intensity light emitting diode (LED) shall be provided 11 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch 12 actuation. The test switch shall provide a spring loaded momentary contact that 13 will place a call into the controller. When in the OFF position, respective detector 14 circuits will be disconnected. In the operate position, each respective detector 15 circuit shall operate normally. Switches shall be provided on the panel with labels 16 and functions as follows: 17 a. Display On — Detector indicator lights shall operate consistent with their 18 respective switches. 19 b. Display Off—detector indicator lights shall be de-energized. 20 A means of disconnecting all wiring entering the panel shall be provided. The 21 disconnect shall include a means to jumper detection calls when the display 22 panel is disconnected. All switches on the panel shall be marked with its 23 associated Plan detector number.All markers shall be permanent. 24 H. A "Detector Termination and Interface Panel' shall be provided. When viewing 25 the cabinet from the back, the panel shall be located on the upper left hand side 26 of the cabinet. The panel shall be electrically located between the "detection 27 Panel' and the C-1 connector. The panel shall utilize insulated terminal blocks 28 and each connector shall be a screw type with post. 29 I. Each switchpack socket shall have pin 11 common to Nutral. 30 J. The AC input Service Panel Assembly (SPA), line voltage filter, transient surge 31 protection and all neutral bus bars and equipment ground bus bars shall be on 32 the right side of the cabinet, mounted no more that 18 inches from the bottom of 33 the cabinet when viewed from the rear, and meet the requirements described in 34 TEES. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 83 EASTSIDE GA APRON REHABILITATION Amendments t 1 K. The PED yellow terminals on the CMU edge connector shall be extended with a 2 2 foot wire, coiled, heat shrink tipped and labeled for the correct corresponding 3 terminal as CH-13Y/CMU-8, CH-14Y/CMU-11, CH-15Y/CMU-K, CH-16Y/CMU-N. 4 L. An "Absence Of Red Programming Assembly' shall be provided. There shall be 5 provided on the back panel of the output file, 17 accessible jumper plug 6 attachment areas, made up of three male pins per position (one, for each conflict 7 monitor channel and one for red enable function). Each jumper plug shall be a 8 two position connector, It shall be possible, by inserting and positioning one of 9 the 16 connectors on the right two pins on the monitor board, to apply 120 VAC 10 into a corresponding channel of the conflict monitor red channels. The 11 connection between the red monitor board and the conflict monitor shall be 12 accomplished via a 20 pin ribbon cable and the industry standard P-20 connector 13 that attaches on the front panel of the monitor. It shall be possible, by inserting 14 and positioning one of the 16 jumper plugs on the two left pins on the monitor 15 board, to enable the corresponding channel to monitor for red fault by the conflict 16 monitor. There shall be installed on the red monitor board a red fail monitor 17 disable function that controls the 120 VAC red enable signal into the conflict 18 monitor. During stop-and —go operation, 120VAC is sent via pin #20 on the P20 19 connector to enable red failure monitoring on the conflict monitor by having the 20 connector moved to the side labeled "Red Enable". If this is disengaged by 21 moving the connector to the side labeled "Red Relay', then 120VAC is removed 22 from pin #20, and the conflict monitor will no longer monitor for red fail faults. 23 The red enable function will also be wired such that if the traffic signal is in 24 cabinet flash, then there will be no voltage on pin #20, and the conflict monitor 25 will not monitor for red fail faults. ' 26 M. Each cabinet shall be provided with at least 20 empty neutral connections to 27 accommodate field wiring. The neutral bus bars shall be of the style in which a 28 lug is not needed to be applied to the neutral field wire(s). All of the neutral bars 29 shall be secured in accordance with the TEES. All neutral bars shall be at the 30 same electrical potential. 31 N. The main breaker on the SPA shall be provided with a cover to prevent accidental 32 tripping. The cover shall be removable and replaceable without the use of tools. 33 VACANT 34 O. Equipment Branch Breaker —The duplex receptacle on the rear of either PDA 35 #2L or 3L shall be wired in parallel with the ground fault current interrupt 36 receptacle on the front of the power supply. The ground fault current interrupt 37 receptacle being in the `Test' mode shall not remove power to the rear 38 receptacle. 39 9-29.13(10)C NEMA Controller Cabinets 40 Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming to the 41 following requirements: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 41112013 Page 84 L EASTSIDE GA APRON REHABILITATION Amendments 1 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless steel or 2 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel 3 shall be annealed or one-quarter-hardness complying with ASTM A666 stainless steel 4 sheet. Cabinets may be finished inside with an approved finish coat of exterior white 5 enamel. If no other coating is specified in the Contract Provisions the exterior of all 6 cabinets shall be bare metal.All controller cabinets shall be furnished with front and rear 7 doors. 8 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and 9 auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks 10 and shall be removable without turning, tilting, or rotating or relocating one device to 11 remove another.A 24 slot rack or racks shall be installed.The rack(s) shall be wired for 2 12 channel loop detectors and as follows. Slots 1 &2 phase 1 loop detectors. Slots 3, 4, &5 13 phase 2 loop detectors. Slots 6&7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop 14 detectors. Slots 11 & 12 phase 5 loop detectors. Slots 13, 14, & 15 phase 6 loop 15 detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop 16 detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 17 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel 18 discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for �I 19 channel A, B, C, and D. All loop detector 'slots shall be wired for presence/pulse 20 detection/extension. If an external power supply is required in order for the entire 21 racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with 22 engraved identification strips. 23 3. Additional detection utilizing the "D" connector shall be installed in accordance with the 24 Contract. The cabinet shall be of adequate size to properly house the controller and all 25 required appurtenances and auxiliary equipment in an upright position with a clearance 26 of at least 3-inches from the vent fan and filter to allow for proper air flow. In no case 27 shall more than 70 percent of the cabinet volume be used. There shall be at least a 2- 28 inch clearance between shelf mounted equipment and the cabinet wall or equipment 29 mounted on the cabinet wall. 30 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12- 31 inch by 16-inch by 1-inch removable throw away filter, secured in place with a spring- 32 loaded framework. 33 5. The cabinet door(s) shall be provided with: 34 a. Cabinet doors shall each have a three point latch system. Locks shall be spring 35 loaded construction locks capable of accepting a Best 6 pin core. A 6 pin 36 construction core of type (blue, green, or Red) specified in the contract shall be 37 installed in each core lock. One core removal key and two standard keys shall 38 be included with each cabinet and delivered to the Engineer. 39 b. A police panel assembly shall be installed in the front door and shall have a 40 stainless steel hinge pin and a police panel lock. Two police keys with shafts a 41 minimum of 13/4-inches long shall be provided with each cabinet. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 85 EASTSIDE GA APRON REHABILITATION Amendments 1 c. All doors and police panel door shall have one piece, closed cell, neoprene 2 gaskets. 3 d. A two position doorstop assembly. 4 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. 5 Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 6 12 inch (nominal), 8W, type T5 shatterproof tubular bulbs. LED light strips shall be 7 approximately 12 inches long-, and have a minimum output of 320 lumens. Lighting 8 shall be ceiling mounted and oriented parallel to the door face. Lighting shall not 9 interfere with the proper operation of any other ceiling mounted equipment. All lighting 10 fixtures shall energize whenever any door is opened. Each door switch shall be labeled 11 "Light". 12 9-29.13(10)D Cabinets for Type 170E and 2070 controllers 13 Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless specified 14 otherwise in the contract. Type 332L cabinets shall be constructed in accordance with TEES 15 with the following modifications: 16 1. Each door shall be furnished with the equipment listed in Standard Specifications 9- 17 29.13(10)C item 5 above. 18 2. The cabinet shall be furnished with auxiliary equipment described in Standard 19 Specification 9-29.13(10)B. 20 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with 21 Section 9-29.13(10)C, Item 1 above. Painted steel, painted or anodized aluminum is not 22 allowed. 23 4. A disposable paper filter element with dimensions of 12" x 6" x 1" shall be provided in 24 lieu of a metal filter. The filter shall be secured in the filter holder with a louvered 25 aluminum cover. The maximum depth of the cover shall not be more than 0.5" inch to 26 provide the filter to be flush against the door. No incoming air shall bypass the filter 27 element. , 28 5. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 29 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. 30 Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs. Tubular 31 bulbs shall be contained within a shatterproof lamp cover. Led strips shall be 32 approximately 12 inches long, and have a minimum output of 320 lumens. There shall 33 be one fixture for each rack within the cabinet. Lighting shall be ceiling mounted and 34 oriented perpendicular to the door face. Rack mounted lights are not allowed. Lighting 35 shall be positioned such that the fixture is centered between the front and rear of the 36 cabinet. Lighting shall not interfere with the proper operation of any other ceiling 37 mounted equipment. Each lighting fixture shall energize automatically when either door 38 to that respective rack is opened. Each door switch shall be labeled "Light". lAMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 86 Revised. 4/1/2013. 9 EASTSIDE GA APRON REHABILITATION Amendments 1 7. One drawer shelf, as shown in the TEES 2 8. 332D Controller Cabinet 3 a. The 332D Controller cabinet shall have the appearance of two Type 332 controller t 4 cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be 5 67" High X 48 1/2"Wide X 30 1/4" Deep. 6 b. The right side of the cabinet, as viewed from the front, shall be considered the Signal 7 Control side. The left side of the cabinet, when viewed from the front, shall be 8 considered the ITS/COMM side. 9 c. One police access panel shall be installed on the right side of the cabinet, as viewed 10 from the front. 11 d. Two cabinet lights shall be provided one on each side and as described in section 9- 12 29.13(10)D.6 13 e. Vacant 14 f. The Traffic Signal. Control side of the cabinet shall contain the Traffic Signal 15 Controller assembly and shall be furnished with equipment as described in the 16 contract specifications. The Traffic Signal Control side of the cabinet shall also meet 17 all the additional equipment requirements of the Type 332 Signal Controller cabinet 18 as indicated in the contract,specifications. IS 19 g. The ITS/COMM side of the cabinet shall contain ITS and Communication equipment 20 and shall be furnished with the following: 21 1. One controller shelf unit, mounted 36 inches from the bottom of the cabinet 22 opening to the front of the cabinet and attaching to the front rails of the EIA 23 rack, shall be provided. The shelf shall be fabricated from aluminum and 24 shall contain a rollout flip-top drawer for storage of wiring diagrams and 25 manuals. 26 2. One aluminum sheet metal panel, 1/8"x 15"x 54", shall be installed to the rear 27 of the cabinet on the right hand (when facing the front) side railing. 28 3. Additional ITS and Communication equipment as described in the Contract 29 Plans and the ITS section of the Contract Special Provisions. 30 9-29.13(11) Traffic Data Accumulator and Ramp Meters I 31 All cabinets designated for use as a traffic data or ramp meter shall be Type 334L cabinets 32 furnished to meet the TEES with the modifications listed in Section 9-29.13(10)D and include 33 the following accessories: 34 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in 35 the Contract Provisions. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 87 EASTSIDE GA APRON REHABILITATION Amendments 1 2. Two input files, shall be provided. 2 3. The PDA#3L shall contain three Model 200 Load Switches. 3 A second transfer relay, Model 430, shall be mounted on the rear of the PDA#3L and wired 4 as shown in the Plans. 5 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled 6 POLICE CONTROL, ON-OFF. 7 5. Display Panel 8 A. General 9 Each cabinet shall be furnished with a display panel. The panel shall be mounted, 10 showing and providing detection for inputs and specified controller outputs, at the top 11 of the front rack above the controller unit. The display panel shall be fabricated from 12 brushed aluminum and constructed according to the detail in the Plans. 13 B. Text 14 All text on the detector panel shall be black in color and silk screened directly to the 15 panel except the Phenolic detector and cabinet nameplates. 16 A nameplate for each loop shall be engraved with a '/a-inch nominal text according to 17 the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the 18 detector panel. 19 C. LEDs 20 The LEDs for the display panel shall meet the following Specifications: -3 21 Case size T 1-3/4 22 Viewing angle 500 minimum 23 Brightness 8 Milli candelas 24 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or 25 green in color.All other LEDs shall be red.All LEDs shall have tinted diffused lenses. 26 D. Detector panel Control Switch 27 Each display panel shall be equipped with one detector display control switch on the 28 panel with labels and functions as follows: 29 ON l 30 Detector panel LEDs shall operate consistent with their separate switches. 31 OFF AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 88 i EASTSIDE GA APRON REHABILITATION Amendments T1-2 641 Sign on T1-4 643 Sign off T1-5 644 Flasher Output NC T1-6 645 Flasher Output NO T4-1 631 Lane 3- Red T4-2 632 Lane 3—Yellow T4-3 633 Lane 3—Green T4-4 621 Lane 2- Red T4-5 622 Lane 2-Yellow T4-6 623 Lane 2—Green T4-7 611 Lane 1 —Red T4-8 612 Lane 1 —Yellow T4-9 613 Lane 1 —Green 1 - - 2 Loop lead-in cables shall be labeled and connected to cabinet terminals according to 3 the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days - 4 of the Contractor's request. 5 9-29.13(12) ITS cabinet: 6 Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the 7 Contract. Type 334L Cabinets shall be constructed in accordance with the TEES, with the 8 following modifications: 9 1. The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, 10 Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional 11 equipment may be specified as part of the cabinet function-specific standards. 12 2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized aluminum 13 is not allowed. 14 3. The door air filter shall be a disposable paper filter element of at least 180 square 15 inches. 16 4. Locks shall be spring loaded construction core locks capable of accepting a Best 6- 17 pin core. A 6-pin construction core of the type (Blue, Green, or Red) specified in the -- 18 Contract shall be installed in each core lock. One core removal key and two 19 standard keys (properly marked) shall be included with each cabinet and delivered to 20 the Engineer upon Contract completion. 21 5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, 22 which shall be thermostat controlled. The heater strip shall be fed by wire with a AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 91 �, EASTSIDE GA APRON REHABILITATION Amendments 1 temperature rating of 400°F or higher, and shall be shielded to prevent contact with 2 wiring, equipment, or personnel. If the heater thermostat is separate from the fan 3 thermostat, the heater thermostat must meet the same requirements a++++s the fan. 4 thermostat as defined in TEES. 5 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet 6 lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent 7 fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a 8 shatterproof lamp cover. LED light strips shall be approximately 12 inches long, and 9 have a minimum output of 320 lumens. There shall be two fixtures for each rack 10 within the cabinet Lighting shall be ceiling mounted and oriented parallel to the door 11 face — rack mounted lighting is not permitted. Lighting shall not interfere with the 12 proper operation of any other ceiling mounted equipment. All lighting fixtures above 13 a rack shall energize whenever either door to that respective rack is opened. Each 14 door switch shall be labeled "Light'. 15 7. Each cabinet shall be equipped with a power distribution assembly (PDA) mounted in 16 a standard EIA 19-inch (ANSI/EIA RS-310-C) rack utilizing no more than five Rack 17 Mounting Units (RMU) (8.75 inches). The PDA shall include the following equipment: 18 a. One duplex NEMA 5-15R GFCI receptacle on the front of the-PDA. 19 b. Four duplex NEMA 5-15R receptacles on the rear of the PDA. These receptacles 20 shall remain energized on a trip or failure of the GFCI receptacle. ' 21 c. Four 1 P-1 5A, 120VAC Equipment/Field Circuit Breakers. 22 d. Line filter meeting the requirements of 9-29.13(10)A.d. 23 PDA components shall be mounted in or on the PDA such that they are readily 24 accessible, provide dead front safety, and all hazardous voltage points are protected 25 to prevent inadvertent contact. 26 8. Service Panel #1 shall include a service terminal block labeled "TBS", a Tesco TES- 27 106 or equivalent surge suppressor connected to provide power in line surge 28 suppression, and a 1P-30A Main Breaker. The Service Panel Assembly (SPA) 29 shown in the TEES shall not be included. 30 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type 31 specified in the Contract. 32 Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, 33 an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 34 9-29.16(1)A1 Conventional optical System 35 This section's title is revised to read: 36 9-29.16(1)A1 Non-LED Optical System AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 92 Revised: 411/2013 EASTSIDE GA APRON REHABILITATION Amendments 1 9-29.16(1)D1 Electrical - Conventional 2 This section's title is revised to read: 3 9-29.16(1)D1 Electrical—Non-LED 4 9-29.20 Pedestrian Signals 5 This section is revised to read: 6 Pedestrian signals shall be Light Emitting Diods (LED) type. 7 The LED pedestrian signal module shall be operationally compatible with controllers and 8 conflict monitors. The LED lamp unit shall contain a disconnect that will show an open 9 switch to the conflict monitor when less than 60 percent of the LEDs in the unit are 10 operational. 11 The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a 12 Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1-06.3, 13 with each type of signal head. The certificate shall state that the lot of pedestrian signal 14 heads meet the following requirements: 15 1. All pedestrian signal heads shall be a Walk/Don't Walk module with a countdown 16 display. 17 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 01113, 18 VTCSH2 or current ITE Specification and shall have an incandescent appearance. 19 The Contractor shall provide test results from a Nationally Recognized Testing 20 Laboratory documenting that the LED display conforms to the current ITE and the 21 following requirements: 22 a. All pedestrian signals supplied to any one project shall be from the same 23 manufacturer and type but need not be from the same manufacturer as the 24 vehicle heads. 25 b. Each pedestrian signal face shall be a single unit housing with the signal 26 indication size, a nominal 16 inch x 18 inch with side by side symbol messages 27 with countdown display. 28 c Housings shall be green polycarbonate or die-cast aluminum and the aluminum 29 housings shall be painted with two coats of factory applied traffic signal green 30 enamel (Federal Standard 595-14056). All hinges and latches and interior 31 hardware shall be stainless steel. 32 3. Optical units for traffic signal displays shall conform to the following: 33 a. Pedestrian "RAISED HAND" and 'WALKING PERSON" modules shall be the 34 countdown display type showing the time remaining in the pedestrian change 35 interval. When the pedestrian change interval is reduced due to a programming 36 change, the display may continue to show the previous pedestrian change 37 interval for one signal cycle. During the following pedestrian change interval the AMENDMENTS TO THE 2012 STANDARD SPECIRCATIONS BOOK Revised: 4/1/2013 Page 93 EASTSIDE GA APRON REHABILITATION Amendments 1 countdown shall show the revised time, or shall be blank. In the event of an 2 emergency vehicle preemption, during the following two cycles, the display shall 3 show the programmed pedestrian change interval or be blank. In the event the 4 controller is put in stop time during the pedestrian change interval, during the 5 following two cycles the display shall show the programmed clearance or be 6, blank. In the event there is railroad preempt during the pedestrian change 7 interval, during the following two cycles the display shall show the programmed 8 clearance or be blank. Light emitting diode (LED) light sources having the 9 incandescent appearance are required for Portland Orange Raised Hand and the 10 Lunar White Walking Person. 11 b. Voltage:The operating voltages shall be between 85 VAC and 135 VAC. 12 c. Temperature: Temperature range shall be-35° F to +165° F. 13 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors shall 14 have 21 members at 45 degrees and 20 horizontal members. 15 9-29.20(2) Neon Grid Type 16 This section is deleted. 17 9-29.24 Service Cabinets 18 In the first paragraph, the lettered items A-J are re-lettered to read B-K respectfully. 19 The first paragraph is supplemented with the following new lettered item: 20 A. Display an arc flash warning label that meets the requirements of ANSI Z535. 21 9-29.25 Amplifier, Transformer, and Terminal Cabinets 22 In item No. 2.C., `Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 23 KVA" and the height column value of 40" is revised to read "48". 24 The first and second sentences in the first v'ara ra h are r p g p revised to read. 25 Amplifier and terminal and transformer cabinets shall be NEMA 311 and the following: 26 Item number 5 is revised to read: 27 5. All cabinets shall provide a gasketed door flange 28 Item number 7 is revised to read: 29 7. Insulated terminal blocks shall be 600 volt, heavy-duty, barrier ty pe. The terminal blocks 30 shall be provided with a field-side and a control-side connector separated by a marker 31 strip. One spare 12-position insulated terminal block shall be installed in each terminal 32 cabinet and amplifier cabinet. 33 Item number 8 is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 94 EASTSIDE GA APRON REHABILITATION Amendments 1 8. Each non-pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 inch 2 drain holes in back corners. Each pad mounted Terminal, Amplifier and Transformer 3 cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as 4 detailed in the Standard Plans. 5 Item number 10 1s revised to read: 6 10.Transformer cabinets shall have two separate compartments, one for the transformer 7 and one for the power distribution circuit breakers. Each compartment shall be enclosed 8 with a dead front. Each breaker shall be labeled with the device name by means of a 9 screwed or riveted engraved name plate. 10 9-34.AP9 11 Section 9-34, Pavement Marking Material 12 April 2, 2012 13 9-34.2 Paint 14 The second paragraph is revised to read: 15 Blue and black paint shall comply with the requirements for yellow paint in Section 9-34.2(4) 16 and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the 17 requirements for titanium dioxide, directional reflectance, and contrast ration. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 95 I t it ' � � � t t t SPECIAL PROVISIONS II 1 _ __ _ �C - - - -1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 L EASTSIDE GA APRON REHABILITATION Special Provisions INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications ' for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are -labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) ' Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently ' adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition City of Renton Standard Plans ' Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK This contract provides for the rehabilitation of the Eastside GA Apron at the Renton Municipal Airport/Clayton Scott field which includes: the removal of asphalt concrete pavement; proof- rolling and replacing sections of existing inadequate base (if needed); paving with HMA Class 1/2" PG 64-22; pavement markings; installing aircraft tie-down anchors; utility work; and other work. 1-01.3 Definitions (March 8, 2013 APWA GSP) SP-1 1ARenton Municipal irport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Spedfications\draft spec submittal pkg\SpeciaV A EASTSIDE GA APRON REHABILITATION S ecial Provision , Sp s Delete the heading Completion Dates and the three paragraphs that follow it, and replace them ' with the following: Dates ' Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. , Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date ' The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. ' Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operaticnal and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction ' or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation ' required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the ' Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before , establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: SP-2 1ARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastsidu GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.rtf I� EASTSIDE GA APRON REHABILITATION Special Provisions ' All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", 'Washington State ' Transportation Commission", "Commission", "Secretary of Transportation", "Secretary', "Headquarters", and "State Treasurer"shall be revised to read "Contracting Agency'. All references to "State Materials Laboratory" shall be revised to read "Contracting ' Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and ' performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition ' to the base bid. Alternate ' One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day ' A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. ' SP-3 I:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Easiside GA Apron\Spedfications\draft spec submittal pkg\Special Prnicirne.n..t t1F-1R M i EATI I , S S DE GA APRON REHABILITATION Special Provisions Notice of Award i The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. ' Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing i and directing the Contractor to proceed with.the Work and establishing the date on which the Contract time begins. Subgrade ' Subgrade is defined as the aggregate material directly below all existing pavement. ' Traff ic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, i and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS ' 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: i 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) i Before award of a public works contract, a bidder i,nust meet at least the minimum qualifications of RCW 39.04.350(1) to be considered ,3 responsible bidder and qualified i to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: ' Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications ,will be issued to the Contractor at i no cost as detailed below: To Prime Contractor No.of Sets Basis of Distribution i Reduced plans (11"x 17") 5 Furni!§,hed automatically upon award. Contract Provisions 5 Furnished automatically upon award. ' Large plans (e.g.,22"x 34") 2 Furniahed only upon request. SP-4 I1Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastsde GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.rt1 , _ ff EASTSIDE GA APRON REHABILITATION Special Provisions ' Additional plans and Contract Provisions may be obtained by the Contractor.from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) ' Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment ' of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by ' typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Forma The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise ' specified. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: ' 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; ' 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; ' 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; ' 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. ' If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. SP-5 I:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\SpecificationsWraft spec submittal pkg\Special Provisions rev 1 5-16-13.rtf EASTSIDE GA APRON REHABILITATION Special Provisions If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. , 1-02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) ' Delete this section and replace it with the following:; ' Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not open or consider any Bid Proposal that is received after , the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.13 Irregular Proposals , (March 13, 2012 APWA GSP) Revise item 1 to read: ' 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; , b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; ' c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; ' d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; ' h. The Bidder fails to submit or properly corr�plete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmatiori from each DBE firm listed on the ' Bidder's completed DBE Utilization Certificatio! n that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1- 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; SP-6 IARenton Municipal Airport\Renton On-Calffask Orders\SUbtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-1 E13.rtf it L� — EASTSIDE GA APRON REHABILITATION Special Provisions fj The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to ' demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation;or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. ' 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) ' Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: ' a. The Bidder is not prequalified when so required-, ' b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d.. The Bidder adds provisions reserving the right to reject or accept the award, or enter 1 into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as ' required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; ' i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the ' bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; ' j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; ' k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or SP-7 (:`..Fenton Municipal Airpon\Aenton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.nf 1 EASTSIDE GA APRON REHABILITATION Special Provisions ' I. More than one proposal is submitted for the samE_proiect from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders , (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory ' bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders. as well, and to request further documentation as needled to assess bidder responsibility. The Contracting Agency also reserves the right to ob-ain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder doe,, not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therEfore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the , determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. ' 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials , to be used, u 2. Samples of these materials for quality and fitness tests', 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, SP-8 I:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Spedfications\draft spec submittal pkg\Special Provisions rev 1 5-16.13.rtf i i EASTSIDE GA APRON REHABILITATION Special Provisions i5. Attendance at a conference with the Engineer or representatives of the Engineer, i 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT ' 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) iRevise this section to read: Copies of the Contract Provisions,. including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 14 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before i execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. i Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the i Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) ' Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; SP-9 I:\Renton Municipal AirporHRenton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Prnvisions rev 1 5-16.13.M. - EASTSIDE GA APRON REHABILITATION Special Provisions 2. Be signed by an approved surety(or sureties)that: t a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of thE: contract by the Contractor within t the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting ' Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor. (or any of the employees; subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, t material, person, or any other person who provides supplies or provisions for carrying out the.work; 5_ Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond: and 6. Be signed by an officer of the Contractor empowered-to sign official statements (sole , proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by +Written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). I 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, , and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: ' Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, ' 3. Special Provisions, 4. Contract Plans, S. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and SP-10 lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan . Easts:de GA Apron\Spedfications\draft spec submittal pkg\Special Provisions rev 1 5.16-13.rtfI i f - —_ - _---- EASTSIDE GA APRON REHABILITATION Special Provisions 8. WSDOT Standard Plans for Road. Bridge, and Municipal Construction. 1 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes ' Add the following new sub-section: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 A"PWA GSP) ' Revise this section to read: The Contractor shall be responsible for all project surveying. If additional principal lines and grades are deemed necessary for completion of the work the Contractor shall be responsible for securing this data. 1-05.7 Removal of Defective and Unauthorized Work 1 (October 1,2005 APWA GSP) Supplement this section with the following: ' If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. ' Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional- professional services required, and costs for repair and replacement of work of others destroyed or damaged by'correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. SP-11 (:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.rtf ' 1 P REHABILITATION Special Provisions EASTSIDE GAA RON R O p The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection , Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor , shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will , schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the ' Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The ' Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial t Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall re(juest the Engineer to schedule a , final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in ' writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. CorrectivE work shall be pursued vigorously, diligently, and without interruption until physical coriipletion of the listed deficiencies. i SP-12 l:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan- Easts de GA Apron\Specitications\draft spec submittal pkg\Special Provisions rev 1 5.16-13.rtf i EASTSIDE GA APRON REHABILITATION Special Provisions This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. i ' If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in ' the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the ' Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing ' It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date.Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first ' class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which ' they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. ' The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Add the following new section: 1-05.12(1) One-Year Guarantee Period (March 8, 2013 APWA GSP) SP-13 11Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Easiside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.ni - EASTSIDE GA APRON REHABILITATION Special Provisions The Contractor shall return to the project and ropair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete , such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or Mere loss of services may result, such corrections may be made by the Contracting .Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections 1Nithin the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for , correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of th6-Contract or any other legal rights or remedies of the Contracting Agency. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All , correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting noi;ification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. , Add the following new section: 1-05.16 Water and Power ' (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the vibrk, unless the contract includes power and water as a pay item. Add the following new section: t 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) I No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution cf the contract, shall affect or modify , any of the terms or obligations contained in any of the documents comprising the SP-14 ' L'.Renton Municipal Airport\Renton On•Call\Task Orders\Subtask 2.1 Pavement Management Plan - East;ide GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5.1613.rtf J z I EASTSIDE GA APRON REHABILITATION Special Provisions contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) ' The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor ' shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record ' Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. 1 • Changes made by Change Order or Field Order. • Changes made by the Contractor. ' 0 Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. ' When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: SP-15 lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special P—iei—,rov 1 S-1f.-11 rtf EASTSIDE GA APRON REHABILITATION Special Provisions Vertical Horizontal As-built sanitary & storm invert and ±0.01 foot ±0.01 foot grate elevations - As built monumentation ±0.001 foot ±0.001 foot As-built waterlines, inverts, valves, ±0.10 foot ±0.10 foot hydrants As-built ponds/swales/water features ±0.1 C foot ±0.10 foot ' As-built buildings (fin. Floor elev.) ±0.01 foot ±0.10 foot As-built gas lines, power, TV, Tel, Corn ±0.10 foot ±0.10 foot As-built signs, signals, etc. N/A ±0.10 foot Making Entries on the Record Drawings: , • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green ' • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all,entries, such as the change order ' number, the request for information (111=1) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the ' Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to lthe Contracting Agency within 15 calendar days after final acceptance. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. All Work to provide Record Drawings will be considered incidental and all costs associated with this Work shall be include in other pay item(s). ' SP-16 I I:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan -Eastsde GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5.16.13.rtf l EASTSIDE GA APRON REHABILITATION Special Provisions rLEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance ' does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: ' 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. tSection 1-07.2(2) describes this exception. SP-17 (:'.Renton Municipal Airport\Renton On-CaIRTask Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Spedfications\draft spec submittal pkg\Special Provisions rev 1 5-16.13.rtf I EASTSIDE GA APRON REHABILITATION Special Provisions The Contracting Agency will pay the retained percentage (or release the Contract Bond ' if a FHWA-funded Project) only if the Contractor ha,§ obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments.to the Contractor any amount the Contractor may owe the'Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the ' state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines whOn such are part of the roadway lighting system. For work performed in such casks, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the,work. 1-07.2(2) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real prcperty. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of . Washington; water mains and their appurtenance:,; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property ' becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the followingi exception. , Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental cI)f tools, machinery, equipment, or consumable supplies not integrated into the project. Much sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services ' I The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (;as defined in Washington State , Department of Revenue Rules 138 and 244). SP-18 (:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan- Eastsitle GA Apron\Specitications`draft spec submittal pkg\Special Provisions rev 1 5.16.13.rtt �t �..,� _._ r 1 EASTSIDE GA APRON REHABILITATION Special Provisions 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 107.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance ' Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect, against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. ' The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages ' All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: ' 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution 1 coverage'are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. SP-19 hRenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16.13.rtf EASTSIDE GA APRON REHABILITATION Special Provisions 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Conn ract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVIi (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. ' The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and thFY Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these , requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the'City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: ' Premises and Operations (including CG2:503; General Aggregate to apply per project, if applicable) Explosion, Collapse, and Underground Hazards. Products/Completed Operations t Contractual Liability (including Amend,litory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Broad Form Property Damage Independent Contractors Personal/Advertising Injury ' Stop Gap Liability B. Automobile Liability including all Owned Vehicles Non-Owned Vehicles Hired Vehicles SP-20 ' (:\Renton Municipal Airpon\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Easiside GA Apron\Specitications\dratt spec submittal pkg\Special Provisions rev 1 5-16-13A it 1 EASTSIDE GA APRON REHABILITATION Special Provisions fC. Workers' Compensation ' Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) ' Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. ' E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is 4o include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above 1 shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. ' C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such ' insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits SP-21 lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan . Eastside GA Apron\Specifications\dratt spec submittal pkg\Special Provisions rev 1 5.16-13.M i EASTSIDE GA APRON REHABILITATION Special Provisions LIMITS REQUIRED i Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability ' General Aggregate* $2,000,000** Products/Completed Operations Aggregate $2,000,000 ** i Each Occurrence Limit $1,D00,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $5(),000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project(ISO Form CC12503 or equivalent) i **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1',000,000 Products/Completed Operations Aggregate $1,000,000 . Professional Liability (If required) SP-22 i 1ARenton Municipal Airport\Renton On•Calffask Orders\Subtask 2.1 Pavement Management Plan •Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16-13.rtf j EASTSIDE GA APRON REHABILITATION Special Provisions ' Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 Liability If re uired to apply on a per roiect basis Pollution a ty( q nNy N N E Per Loss $1,000,000 Aggregate $1,000,000 ' The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall rom tl Y advise the CITY OF RENTON in the event any general P P aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a.new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1- 07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." ' For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) ' Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. ' SP-23 lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16.13.nf EASTSIDE GA APRON REHABILITATION Special Provisions Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or throu6h property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements mc-y be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. I I Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. li;the Contractor is delayed due to acts of omission on the part of the Contracting Agency'in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach'of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of j each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and!all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, ' and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: ' 1-08.0 Preliminary Matters (May 25, 2006 APWA GS P) Add the following new section: ' SP-24 , I'NAenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Easts'de GA Apron\Specifications\draft Spec submittal pkg\Special Provisions rev 1 5-16.13.rtf EASTSIDE GA APRON REHABILITATION Special Provisions 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: t1. To review the initial progress schedule; 1 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (March 8, 2013 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 8:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. The Contractor may work on Saturdays between the hours of 9 a.m. and 8 p.m. The Contractor is not allowed to work on Sundays. Written permission from the Renton Airport Project Manager is required, if a Contractor desires to perform work on holidays; before 7:00 a.m. or after 8:00 p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the ' Airport Project Manager for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 8:00 p.m. and 7:00 a.m. during weekdays and between the hours of 8:00 p.m. and 9:00 a.m. on Saturdays or holidays may also be subject to noise control requirements. Approval to continue work during these hours SP-25 (:\Renton Municipal AirportlRenton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5.16-13.rtf EASTSIDE GA APRON REHABILITATION Special Provisions may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from. i;he public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission,be revoked for these reasons. ' Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: (survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in,the opinion of the Engineer, such work necessitates their presence. • On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in Excess of straight-time costs for Contracting.Agency representatives whc worked during such times. • Considering the work performed on Saturday and holidays as working days with regard to the contract time. Considering multiple work shifts as multiple working days with respect to contract time, t even though the multiple shifts occur in a single 24-hour period. 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, thEi schedule shall identify the critical path. The Engineer will evaluate the Type A Progress) Schedule and approve or return the schedule for corrections within 15 calendar days of,receiving the submittal. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed.and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed SP-26 , (:\Renton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\SpedficationMdraft spec submittal pkg\Special Provisions rev 1 5.16.13.rtf EASTSIDE GA APRON REHABILITATION Special Provisions has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical 1 completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. L Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (March 8, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is 1 physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease., Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would.ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and ' SP-27 I:\Renton Municipal Airport\Renton On•Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Specifications\draft spec submittal pkg\Special Provisions rev 1 5-16.13.r[f EASTSIDE GA APRON REHABILITATION Special Provisions 2. The Contractor must furnish all documentation regUired by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE: Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages (March 13, 2012 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract. The Engineer may determine that the work' is Substantially Complete. The Engineer will notify the Contractor in writing of. the :Substantial Completion Date. For overruns in Contract time occurring after the date Iso established, the formula for liquidated damages shown above will not apply.' For overruns in Contract time occurring after the Substantial Completion Date, liquidated dar'nages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09.9 Payments (March 13, 2012 APWA GSP) t Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by SP-28 lARenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastsiie GA Apron\Spedfications\drak spec submittal pkg\Special Provisions rev 1 5.75.13.rtf 1 EASTSIDE GA APRON REHABILITATION Special Provisions inonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headduarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 2-02.5 Payment Delete last paragraph and replace it with the following: The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for sawcutting, demolition and removal, including haul and disposal, of pavement storm sewer pipe, tie-downs and appurtenances, and miscellaneous materials as shown on the Plans. Tie-down anchors shall be salvaged and delivered to the Owner. 2-06.3(2) Subgrade for Pavement The first paragraph is revised to read: Before any paving is placed, the Contractor shall bring the Subgrade to the required line, grade, and cross-section. The Contractor shall compact the Subgrade to a depth of 12 inches to 95 percent standard density as determined by the compaction control tests for granular materials. The compacted area shall be wide enough to let paving machines operate without visible distortion of surfacing material. The Contractor shall proof roll the subgrade after compaction with a loaded dump truck as directed by the Engineer to locate areas of unsuitable Subgrade. ' 2-06.5(2) Subgrade Not Constructed Under Same Contract Revise items 1-4 to read: 1. Final Conditioning—All the following Work on the Subgrade shall be measured by the square yard and included in this Contract Bid Item: clearing vegetation and other debris, draining water, smoothing, staking, grading, shaping, compacting the Subgrade to a 12- inch depth to final line, grade, and cross-section, and proof-rolling the Subgrade. 2. Excess Materials— If the Contractor must dispose of excess materials during grading and shaping, this Work will be considered incidental and no direct payment will be made. 3. Added Materials— If the Subgrade requires more materials, the Contracting Agency will pay the unit Contract price for crushed surfacing base course material. The unit Contract price shall be full pay for furnishing, placing, and compacting the material. SP-29 1ARenton Municipal Airpon\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Aprdn\Specilications\draft spec submittal pkg\Special Prnvisions rev 1 5.16-13.r11 i _ S EASTSIDE GA APRON REHABILITATION ecial Provisions p 4. Excavation and Backfiil —If the Engineer orders the Contractor to excavate unstable spots in the Subgrade, the Contracting Agency will measure and pay for the Work as provided in Section 1-04.4. 6-02.4 Measurement Supplement this section with the following: Commercial concrete tie-down anchors will be measured per each. 6-02.5 Payment Supplement this section with the following: "Commercial Concrete Tie-Down Anchors", per each. The unit Contract price per each for"Commercial Concrete Tie-Down Anchors" shall be full pay for furnishing and installing all materials to construct tie-down anchors as shown on the Contract Plans, including below grade anchor excavation and haul of excavated materials. 7-04.2 Materials Supplement this section with the following: Ductile Iron Pipe 9-30.1 Ductile Iron Pipe Fittings 9-30-2(1) 7-04.5 Payment Supplement this section with the following: "Class 50 Ductile Iron Storm Sewer pipe, 6-Inch Diam.", per linear foot. 7-08.5 Payment Supplement this section with the following: "Trench Excavation Safety Systems", per lump sum. The lump sum contract price shall be full compensation for all costs incurred by the Contractor to install, maintain, and remove trench excavation shoring and safety systems in accordance with RCW 39.04.180,WISHAiChapter 49.17 RCW,and WAC 296-155-650. SP-30 hRenton Municipal Airport\Renton On-Call\Task Orders\Subtask 2.1 Pavement Management Plan - Eastside GA Apron\Spedfications\draft spec submittal pkg\Special Provisions rev 1 5.16-13.rtf - I �' �_ �' �.., :� � �' � �= # {,/� z Q J a � p � � � Q O � H 'c N f � � O ; - �- �, k t� ' �� � � � � � � � � � � I� � � � � � � � 5tbd Z,. p o I3 3,4 O J 1ff o t m Z ym..g ° „8 3N°Z 3dld @ l� Q P E ! 6 F �1► y e 8 s � w ci A 0 A d1 to r uj holm o H 464 ° W5 M Z 3 3 3 2 0 0 wa �,.... iw _j sw Sao SY z 0 00 a a w J U LL ittE f - 3N023did C� C `, Y 3N°23dW 311DZ 3dM a ao ao a .a.o. .e xos xos .e i a s O w 0 oS° a a J w rc w LU 0 HIM w sower °skA xw1 �� �NH �� F y a a -o Iv a LL s o` s R S ` I 13S aia Z . O a � O a. � V Z g o N N� �ZmN Fm a ZO _ o<<e• O 0 rn W jpj�jg�l Q O Z CL co ° O W J W 1�= M w Z n W LLJ CD w L.O.0 _ OC Z aWo a. 0 V cl) N w W oZ o N ~ m z Z W w - Q. � rm O H a o � CL 00 - k t! j 00 a `- � `; ! co LU D F ehtl>2d t L m� ��� Z Z 1 a6 LU LU 0 Z FM Cl) V �v Reinter Ale " FM V uj .d..1--im:836n —906—MZ'll ­r•6oasani:031iO'd 6MD'l0'OJ—tl93—"H\ZLtf 4sggndoy\dwal\o301\olopddo\odwo uoi;a\�.sn\o anw rie 13S O18 V W Go Z N Z i o a I M O o w zQ O U C 41 Z m 0 Cn a U = N ° O Z W U N Z Z ¢ ° ¢ a Z° z Z X J Q Z N Z Z 5 w ° w g _W c� IL z o O a z ~ O z W 3 VV} J J Q 0 ¢ !n W z z Z W Z Z Ckf a M ° N O � Z Z ¢ r 0 O z Z N O O ° Z ~ cy N }} Q W ¢ F N Z Z Z J Q W J Fn U ZO O O a z m Z C j W H O O z Y LLJ x z O N z w w 0 Q = } O ¢ LLJ O z LLJ JQ Z ¢ z 0 Q (7 w w (n F- a a t m o a x w w a a C O ZM o Z r ¢ o (n w r r a d o rk� ON I I I I I I I I I I CL 0 0 0 0 0 °o, o o °O, °o, Q Q Z D U U U U U U U U U U Q >a CD W cy-x W mW z QZ (n Q C7 a W Z �- LL W � Q O Q Z Z U Z Q J ° O O w (L r 1- Z w w Q ¢ J Ow I Zp fl (L 7 O W w w (n w0 m o m w a 3 Z r 3 V O 4 Q W M W r Z w W V r C7 J Q O � - 0 0 0 0 Y Z z z (r o z v ° v vai > o ° �' w (n (r o 0 o z l d a Z Clf > > z w w w o ° w w w 2 0 o w v 3 � z W O� f/1 ¢ a o ° z r w ° c� z x o ° ° ° a z Q LL > > > > w r ¢ '- - o Q a s w J S ° o Q z z z = o -J X o I a0U ��/ U Q LLJ w I I I I °o J 0 Z O-U Z Ir Z LLI r Z to w O z r W T N Z Y W O N Q Ckf O WLiJ FWW-Q m �? ° o U °oa rQ w� �J z °w Cz ra z5ro n a° �O V ° w r �zzr aw z z =Wr oC J OM w C�.�ww �¢° o� N� O Q Or J ° Cnwr O w �j O O Q ON O O �W..IUN w w Q Q w0r W}V OQIW-2�w J W w 520 Ua ZZ U °Z��U Oar N N W2' w U w?YN K WO°Y� rQUj ZO�� U(LNdOWwH� W J S� �(n0 d' W >W CCNO QKU g0>�[Cw OU ZO fnQQ Sm°WOK WE d'(>!QwCJO�J U U w fY .r..l w W OLW dOY00000UNN�(naQZQ o W N U W d'p Z K=(r(Wn �� �: i� /"-• mm Jj3 Qp?QZIWi�CO'J?�OONNOZpZZ�°W d'(=w U ¢¢�2 W�Z W 0(L a m CJm W[L O OZZ 1x3 c�33 w w °<n °w =r w (.wz°�Q •c{J Om O¢00 10011 wwwwww .�a C?w 000 QZQ CSJ�w�2�dO�OZQQ IQ-�H m 0000ww=200000����¢ �mmjO>333330333�Y> r¢ CLddO� lY[Y[L'[C[Y [L'CCwwKCC[Y (Y[Y(n N(nfn(n(n(nN NN V)(nNfn(nNN(n N(n(n NN rr r r r r r rr r rrrrrrrr } M Q O \ r w w> r Z r LY w °r d r J CC 0 d r LL 0 O ZZ� U O r (n O m rZ UCr p[1 d'law U?JOptn NQ Q mS U r�W r Q°J O W N Z° J�YK Ud V1 f1Q r (LJ3 m J Z = O ZZ dmmO�wm w ww ww K KKK����LY�w 0 h N N N En to N N fw IN N NNNN V-)(n NC On NN Nml°-FW-lW-FW-NH 00000���N �HN000>�>33333 3 XYY N w 2 °W w QO � Ci U Crj Ow w J O W K O ._ �w W Ow �ZCW? CL w �' z -x U a°w QQzK >>rUU 5 a<a o J r w Q w O r- U w U w N U m Q U z O O w y V1 J W N W fn (r W fY N Z- N Q X Z d' [Y O N O O U(Y ° ~° Q O (n Z U w J 03 rn3o Y w J w z°�. o �m Uww oar �m�2 ¢ m 7°ow z w v Q W W Jm LYJ Z J N Q w O O U{g rV�n� Jw 0 W UO Z O V O Q Z2 dU V U W ° J W Q W W Z H K W N O O r Z W Or U f n Z Q amp 0 W U N Z 2 a=2 Z w w Z U 2 Z Q w L L W O N w O V l O d 2 0r m°U ° O W(n w W O O J Q a w w O Q N Z Z K z 0 0 0 O O w r 0 Z O U Z O O w U O Q 6 Q W w Q J Q?CL(O O J O O O O Q Q a w W Q w 0 0 0 0 0 0 0 Z d U Z d d Q O K O O w w S K W 000Y]CYJ�d JJJJJJJJJ����`t��`2�`2`L���ZZZZ W Z�ZZZ>ZZZZZZZZOOOOOQOddd(L(L d CL CL d d 0-CL CL dCL dCLC M( m W Qf oa w (If X J J O a m m LLJ�Z r>NNm Ur U E r(n rZU2 Vy(n zN°ZS° ¢ U 1 0 U�� d[L�N CL w= � > UW ZK UwTJw-0001_ = ZZd�S 000YYYJ�mJ JJJJO°JJJJ�m mmmm`2`t�`L���ZZZZ Z ZZZ ZZZZZZZZOOOOO Oddaa dd(L CL[1 CL dCLO-CL LCL CL( mmL w U (n uj zo 0 ° w w ^a p S- w z I r G J J W N M H O 00 w O O w rp > w Orz zCD �z w En O w �' d w V 0 O U Q J r 2 ° S- d J W X- Z o J QQ LLJ Mw U W W. f n z Q >w ° J �''O ¢O r W z Z a' r W Z~ w Q w J (n QS (n° Z �vz p N .�..rYW d0 rrl U rH>HZQ °¢K S r °°O OW ma J w Qw° �2, wr =r W WNv�W Q WOO (7 O U W Z0W ww w J W�d'Q�V. OOW SJ�O° C.7 O JUW O ° N JO J N J W wZ Z O JO>0 W Q W w W z aZ y$$ 20 J W J Q Q '�'O Z�UtrZ? ¢ OCW.70ZOZJd>a W>3>?Z Z3w�ZOSKS=°20J-0 �wzz Qw z0 z w¢ S0007w=w ww>Z� 3 w r °Z 0 4~ m(CO- 3rx>Uw�J-w-Q--�Ej xQraar�w-z O V g C.7 W U W r3 NU W W OOO�UODUNLld(nS°�°w W In W O°>W ° 30 oww riwQQ�O�(no���JJ��zz°zovv(n�z�xxxx�Qw°o��ZZ°3�5°w°o�oaaawow°��<¢ 20MMw000(�i �?1.�. N� °°°°°°°o°p°°° wwwwwwwwwwww w wwww wwQwwWw(�WwwwwwWWWO CCU UV U C O, 0c7 x x xx x xx xxxxdlx x zzzzzzzz o° �crs �¢ a oe O v o w ° r 4 a J C) W w m W U C.7 d W' 0 0 Z V N X O J J �'r d' o o m0000 000zoow(g wwwwwww OOWOOwwr..l�iwwwwww� ww(V-i--wgwww U� QQQU wz�(r> °wo VOI[L�>j �3°wl�i�zzzz ri riw V V V V 0 O O(7 U 22222 m mmS S2--- W J --_ Q 3 ¢Fr Z a n m Q m U)LLJ w Z Q w Q m � �w wr gW a a ''' W �3 az c CL(r a v Q o (n EL W O W W W JH Z J w Z fir° Zg J} Z (Zj Z Y O �N _ zrC� °� 'z�°- >� 5 °00 (n z oc� Qz O W a r 0 J ° g U U r ?O r Q W J W J W Q = W W O D D U Q W W Z Z W ¢W H N 2' Q L >U Z° W N U r U 2 z W �[n Z W O~ �W .�.. U00 °W J Ow W ZZ wa r�wa �N(.70U Z Y w w WZ g I w0°O Z Cl 00 ♦n j0 �KWN Z O Orr2vQ1Z�SQ ~ZLL°'O�U�OrrQN��r� wZOVf.7 NV NZZ(n�m wO��WO?U vaw UWDUU�QW Q U) U '` w r J J O r r W 0 V Z Z U¢K X z J U W S Q a W V W Z Z Z v? W W W U r Q(` Z g d.K(�V. V Z z U K K 0 Z Z O O W W J m W O W N Q Q-N U U W_ ° O ¢Q Q r r 0 W Y Y 2 O L Y 0 L Y W Z ()f r U Z>W W 2 S H O w� K W Z O Q'=K H S O 2' O J Z� ��w U U�U°U w 41 r 2 w�U H H OO Cr/I H N?(�n Q l-�U O�U Z frn N H K U d HU GO O 20 Zrdww QO W Kmm UN(n N° �°D O 5 J J wg K CL o U W W wu:U X W W ���OO Z� (n V W H5Zm((nnyC-BUZZ JO W Z�'Z JMZ ZZZZ ooZCL Zm <ww r QQQU°W Za-QQQQQ Q QQ Q I Q Q CL Q Q Q QCn Q Q Q Q l+Q Q Q�QQQQ<ammmm mmmmmmmm O.Uu V U V UUUUODU U UU U V 00 0000 UODUUV (.( W H O (n> O Z r nq O a LL Qw X ~ rcZmYN � m M d'K Q> dm� �N UQ (n QdUlwi dLYH r ° V V rzZz 0 N Cn �U ZN(rnrw Q>qba m mtL J mmVVVU°° 00 OJJZ 06.�W M(n cn H�00>j��Jw JJ--ON(nF mw�w-a��OJSJw���M00000000[Ld Hy H=3vm Q m¢� of®+IU= II a6�¢¢Q¢¢¢¢¢Q ¢Q QQQQ Q¢¢Q ¢QQ ¢QQ¢¢ammmmmmmmmmmmU UUUUUUUUUUUUU UV UUUUUVUUUUU UUU rca W- 1dw11 u1�N:8350 1111:8-£!1Z'(I aunt'61Psan1 1311(1"Id 8MP'Z0'1J-V93-tlW8\shays\av1\uo,ey VJ aP!s1s13-m"--,—"w... .6-N,ulluab\d 9WYN 3llj a.as aia t), �� ► � 1 x 00 (3 mw M I W yrj W LLJ v) M O °o I w wz Z0 Ln Q—p �r z o [ Fc 1 1 J O J W /1 Z ( Z W _ (O`L = V W Z_ J N D_' r lal 41 J U Z 2 L3 J J D_'p U' O Flt ° Q�}0rW aaZZ zrW O i W Z V1 Q YQ rm LL C? zo0_v)W r a i r C o Q J W O°Z B O O w L) ?mo�o0 UDw U°Q°�Z to m v x _j [L o o z v w w wM J—�°W U W rZ W lti Z °z mU N V)W JO WZ 00� Q Z2 w d U w O m°p r J Up i J ° �UJZO_o a r cwi4Fl,_ x � L, z o�QQQ ww o U a w w mxz w O°o vt QO_ N I I �2 Q� Q°°z Z2 r0 UQUG!Z m� i . ° Q I o o cn rro �r�OQr NpF= QOW�p Z ll�_j ckf L-oU � I I Y Z U Q O to Q >- C14 L, Z O V /O UW W V cl. w� Sw 20 r Om O i S Wv)zc OU0 J� J W Z C)IL • \' Z Wo V)V) rrQ—C) v)QU Q�Ozo li d �vs \ �6 II I ( O N M Ln = Q N W v) Z =a ° i z w Z Q ej 'a �'it 3o I Q Q o LLJ a 0 1 u) J w CL I m r v m Q N w Q z I w5 W K� J a o wC� Z o° m 1 1 Zw a am & w v z 1 > \ a a _� 3 x°of o Oa o N x II 1 w� ° O= J N Z a Q dh. 1 1 W o w.kvmixvi 8 I I I z W W � j 1 ul I $ I �ozo S QtL CD Lu N r Q a x J Z Q° r w U Om o Z Q�= L o z z c� a z n-ocn o Qwz a Z -m z m o� (�UQ QrSN ° W Zr z p a= a m ZN� 2 3— 01 Q N Q Z N O Z m z W O o r m m O Q(t�J O O Q 0Q�°z ' Qz 3 x a u) Z og/♦NW�/ dVZN� I ' X ZW O m W JQ I i ? Z Vty G!z0 O �° w w° L.J N ckf' a m �v 0aoO0 a o � LU 0 1 a J� a a ow w w v! Cj Q U w r m w \ V ` Z Z m U 0 Li O o Q w r Of 0 ° p� z a z U V r V) J Z m ZOO 5 N C) o i II I z 5 c m � mx a g � I Z It �1 r ° -Q 0 U d O W O a H Q z U'N O W N S r.- r N O N 7 Ckf u- z J 0 N r d Q Z o m Q C7 W r 7 ! 1 I < N Zo o N :z,: Z oo LE o i LE so I �I w a V) g p W� U 3 w g O N z cr� 3 ° mmLo o°x Q Z O m I W d' o--,., W t, - Z_ul Z O V! Z V1 m V) N Z 2� m N U I W W Z J O W J W V)N Q W O 1 2 UO =U~ a� p USw QO UU J o v)c�J No g�v = Of CL I J ZW zJ 2 N} r wa = w0 OP,Q wZ_ N' U v)3 mQ N v) wr UoQ Q3 z Ot°)Q ° m wO Q J 1 Z w 30 zww ax Q �_° �r Wo c) o o a r Q Jw OQ— Q� J �rZ aw Q 1 W U -;z U U r m g J Z W O m U U a N Q H° W w z W O Q CL Q J d 3 J N U Q N Z 2 Q Q 2 V) O> J° Q O Z o O Q. m ?Q rm� r.- ? Q M Q QQ m JQ < W ° m N M � Lo O n W Of W I J V U I W y J O o O I 1 a w> W I�Q ° J 1 o�Ma p LL ir' Q n L- W o a J WLL'O z0 U ml O N= Of 1 uj F�° Q 3mma W z w 6 o v) tti$ M ckf \ V! 1 Z 3 1 , N d v C x �y m�isve �� I W W ° ' ���� oQ wog a 0 0 W, `k Q U o O_ , 11 OQ a a m I o80 m r U I w<0_U f oo � 8 W c r of Z Y p POSMON A-9 I O w o _ c) _ vl 3c W d Uv)o o o v a I !eO ° O o o 00 r o ❑ ttar r�� � ' � �m N rN�pmj ❑ I .,81 Q w i=mam uj I M � o`ama > ff BRLOG U z.. WNW2X 3 sour+wRGRn � v�to 61ai w .d—1 uolly:d3sn wo90:6-fLOZ'I L aunp'A-p—t:031LO1d bm P'f0'00-y03-VYiH\s7aa4s\py0\u.,dy y0 apis4so3-uold luawa6ouory 1--d LZ r-1gns\—wo rsol\IIOO-u0 ua4ua6\4,A,!V ludiaiunyy uo4ua�\:d 3WN 3113 W r M ° 13S �I l8 Q VI x, o ij z r W �N r rpm r W QU Z N O W -sz Z L MP O O w a two. QWW a N > o o� oa J °Qa a w 30 ° ono rho � w a ~ W M Y p 3 N o o�r ¢ w a r a w a o p J`a z =<,n �_ O a o xln� p z w N Uo' a aUZ ¢W oz QQ w r\QO O Ur0 2 ¢ W� r Q W On Lim UQ N N- � W W-Q =- a w U r 0M = O° U N W O a > w N � M rte} r NSW ZZ r mr WS a' a F- UW r Wz W I in zvi w z0�� wao Z>r °QQ a aw zo aoa ¢ �zm ow NO oI Wo w wwzm =°w aam ZON �z as gaow ¢ oFW Odw cw-iW z o vv V MH > °O-V7 3Z U0 YUW W a =N aoW Zr WO Wa W W .. ``qa o o> w view o�z ° zN rJ om Ir <- am aO z z ra r rzao �° Ho 3zx o N� UQ xUZ J oa�O ¢N On a ¢0 Z NW W �N w woo a 7 ZU rip J UQ N} �W W o-r W xwmt ¢w ¢¢J wUJ oU oz zra = wM >a �m w Qa a °vao o� axx aro ° ao zm z�a N �o� a°z !M¢ U > > wa ° M�vxiN aN Wao Wow W Ow w� xmm Q Jim ° Wa o° 3 Z m w U W Q 7 Q U Q O r J m a Z U 5 z= N W J w U a N lW-i r 0 3:§ o pO z =HQ- Z_Q JZZ QOr N OH ZO N wti= U Op 2Q0 O RU W> g�WjwU °� Kea 0J0 zZ YQO wZ J>� O 0Wz W �'za OOU W Z Fn ¢ w�ZE Ooow ooz vria0 qaa maw ao UOO \ ozO w°Z WO N M 2a Z rJ ° JWO a (N/7 Ja a s 4WjN OWa o Q Z JWO aN N O Oa ¢o ar azo a �W rl.i as zw< z o�� Wx0 a w Q W a} ° 3x�N w¢az r¢a ZZW U� ara =a o r r- U Nrw p0 N J w NN ~ m z U w¢� wv0 r oWZ a3o z w}x F x r J O z =O z ONUS JZO OZ¢ a'a'W HZ QW3 W Wm0 N g w K W xmr O- J Q2 § ¢o�r <Wz wz xOx 3z 3NZ OV E�w o a�� m rZL` FQ Q m Z N r c�QJx xaz xWO U�3 J3 WQp Nz oax z U¢ woo U Q zM z -�?¢<? Nrw rpW ¢qa} wo o3z WWj zNr Q >ga� m Fr� P5¢ ¢ _ oa co> m��J lizz3 Yo° =rY Zv) awo may O ° az° ¢�� lN3} W ¢w Quo N Q arW row o m�x-z SEo w °OQ W Jom am w C wSf m pm<> =19 3aO 3U3 wa M o S zwv �z� ZUU z a>Z N° 00 O ZQ a' O ww W =Z0 WZF, WUQ Y Y=Z 0 Wz0 Z 2 O C 0U J(n UCJ Oa NQ oa'o WxW az ZQI- 2Q a' OZ° arr pQa Q¢ H r` W z� =o �wJa Ooz waY zro wz ~w� xzm NmN 3 3 w r w ¢�� o N CL Za NE N�a zaC7 awo OmaZ xa Off° aO0 pQ L-(n ViW L..I J }�a' w0� > 7 01 UH �° OU rOao 2WN �O O. HwWQ Nz ° HUQ Uz � JOQ W U N W 3 a J r Q O O 'M W W W W Q Q xo r wa r 0= �Wjzw wamw aQ aoz wrz JJ �J z r zaw ON Q O U Qo 0 ox w o J a z oz- ¢} aJ Q ww ¢ o- ¢ �z �Z ><zU zrir Ha° >=Ja Jvi Q=� j0= wzz ¢ IilJUN > a0x ZOO O 3 OQQ� w�a NNW OU=O Ma w >0 60 xOQ Zr J?O L.IO F wpr O�Q N Nw" W �- 0f �w aONW aU }ZO aWN� �3 ONO aWJ rQ QWzw a wwm FoQ .. Q W 3 OQ ao J Om O�W Q�J JZrO JX m�w Jm0 ww� 30 rwa W N Wr- O }a'N O Ur UN QNQJ �Oa' WIZ QrJa Qr oQ¢ ¢QN FOWa Ow U ZpZQ ¢ O�J now > �w0 ~ N N ZZM�mlY Om NOUN Z0w ZOm Of MF--O Na Jaw NOx JO QO°Z W QWZ J�a d jO� Q Q W 3Wa z�i OzwZ NNm ��N Ow o oz vxiom 03� ouzo ZD a - zro xaz N vwi�0 W Z4 wQ� r� �3wN Qx� ao= <,Xo U� aNa U�°a �v 22 oOar � °UOO >O� J 5Q x N ri r a z a r r J 0> W Or x w 0 p Z N z Q z N o w O a> °N 3 w 000 F J JN W� ZNU¢ FW-QN 0QQ Z=Ux z0 U?N 20¢ LUL a.Jpo N N I7H z =QW Nr o aaa W W uJ WZx o ZJ QW U H pNQ O QON OZU U HCJ Xw W�� w r = ZK aa(r r U ZOO d= U =W ?W Z~} UrWN UZ0 Z~z0 U Z W �O Wm rNr NQ NOr OO�z a Q4Q d I=il N_K in N aQ3 OQ =Qr a33 = 0 x¢ ONN = Q J zr�a JN o w I.JJ W ra 0 0 x o O p W: r Y z z ; fL 0 ° r U Q r(r U j r W r >0 Ow Q W O 0 J U a _OF �p r v0aK X100 jn0 ma j�`a � COQ = ^JOU N v�01 r4 v � '1¢O N= v 300 .�UW QOY �rNO `A Qo .NM vQU? vQ ¢Z �-O ? w p Q n U z M w O o w g w o N N J of 4 w J z z Q Cif lwl, HO 3 00 H Z LL, �W �wo�a W WUN� W X o ° U ¢ �\ m �orw a < _ �' zWaE-u ° xvQia Q wZ Q W Z W QaN W o' O Or Z Wr QZ QQO>xQJ^ rnw °r Oaf O �N N r 0 Z K3wr O one QQ UMm �O �¢?i J Z-W Or Zo UI L Ux J °p Z Q W Q K U'z U7 Z aX 000° WoJO ar UWw rQy ZQ-ZrHm �a/�Z CC N L (r Q �pU 0 W rJ O U a'?aw Z J Q Q Z� LLJO az mQ Fa ¢ ° ao ° z a ¢a¢� a ar�rQ�x oUQNZ �N Q� a oa¢ U JaW J W_FF- rN J UW J } wZ U p Q O=U? O OOZZZp? J�xWWn 3o W rQw2>w-N W J jd= QLLC7 0 a r a' z r UO-O JrN > o m N W¢ \ ¢ S o Q 0 x J O r Z W w W o U Q Z ¢ }r H Z J p r 2 a'a. Q Q U Q N -i Z_ W Z r W 3 U U-, N W W O N m 0 Z x 0 U m J Q W O J r U r m K N o LLJ a 1 _U WW x NJ o' Z W NwO- x M F- Woo'in �-� z U Q Q wo r}ZW OUP a < N �� r pa' ° U p poWli ¢ xQOZmHN wWaWr pW N �WNWZW°x Z¢§<> O O� °N 0 ?� z VI �O � x ¢ W NQW rJoJ QWO OS��o U= = QOQN?pjON p?UNQOu Z��LLJ�a �Q } �U j > �a°w 0 w20rN=m �r00UW Z W UJWOU dQ�Q N U�� N z CZ LLJ UO 3 Oz U ?i �Y w 3 U Z =zQF W v>QUNJJ OZWZQ 2K N (nWQ�0 o'JmW N}r0p?� Gt`OO a 0= U a' �� f.'J Q Q rQ�J QZQ �w00 J�QN U0x0� �O OmWWZV1Ug0 ZQ��ZF�.--Q a'� 4T�'.' °W WD W Q W �(CZQ J ���WUN� W L, 3Z w UrwmuNN>z °UZWWU = ZOgw Jw w a z¢N W r} z r o r woo w Q Yit- z xO az a z Wzp�Q Zo¢O °azaJr p0j x WzO J4] o x¢ x W w Q �JQQ N WjUI-mwV rF- ¢O O 0Jzx 2 alai WU LL) Ua r 30 d'- U U- C7 r ¢QU M oSLJWJ NU JQ WJ-N-aa'mO xwg Z '= 0 }J 0 Q Z =Q J d (N/1 \ x OJ W _ ¢m U 5-U Q z 0 Q=o Q = m=F�o Q O J� r 1 W H Z Z W a za w r w z x z o a o a viw x \ z U o JQU,Q in z3xo Wr oUm3U QaN3o L=¢z oawow )o r° 3 0 o z N o x W r o J O Q} O w O O Z} Q U H p Z r a O W U > r o 2 N w W N } ¢ w U N¢U N O of 0 p ow°ate z �U a¢ �z C� O J OUQQ� U �JQOOOV) >���r_ mU o ^zm� �v=irU zvNiJ ��U U W ¢a. J oTi v >W?�ZZN W a U r J O Y O ° U Z Z c?o a W O W J r W 0 =w Z W¢ U a w O U J Q W M° O W� O p? r� Ua J a �W Q a z m oW3 v U¢ °-r3 =m0 = oJaw -0 o z 30 o o x o oar w�W ¢ w ¢ ap W �O~ ¢ Ka HD Up}} Q W U 3aU�N 0 �ZC.J O.Wfr/1¢ �NW wU O°o z Zno>'SrOYs,W YOOWJCx7 OW rj 3 0� Qx QF- Q a W JWO'� (r}�Wa'ZJ GC OKZ QZr o <-W-QNOw� �0ra Q0¢N �) N J m r W m O 0 z-a Q U N } O rO zn z o U r r- p w QaQM N Ug ��U� Up wo w z rzm o¢r°> N�wxm°a�o W- O x¢ O Wm �N z W��NVI J �aUQWJw OW--HOC F- m =-OO XWQd w�EJ x�H g� 4i CU�z Na d N> z OX ¢ M a�Lu.IK Z°- 0 W30,0pQ> r �00U ZOZ J °WJO�~�JW wW°aWrma p ¢fn a Z Y ¢ W �W�Qa W >Jn=r = UJwUa off° Q UNQQO -w> Zo'=NZWO� y IGf W W J0 NQ W Q Z U Z ¢ HJO W QNG0 Z1- F- Z CL > WZ WW rr U 2 OzWNW a2 N�Or N3 N(rZ JCL N °zrw-zQWdwoa ¢�(r zOHW-x h Y o'r UWjZ o0 ~Ix- U Zr(Q? w =W W ¢ Wawo Q NO�OQw }z UOa r J-¢owx N ¢WOwm Or V + > W O °U }Z Z0 = 0 ON > U wd1=H x =NQQZZO O=a0U WM0 H UU UHQZ w[Qr wr0 a0N W WU WC7 F_- ¢ rW N 0 W ~0X0 U rWm O-w r3NU= >Ww Q ?? WNa¢aW -W2Z.Q ZNO W QQ a.� m J 0° O H r a w r a N Z U W~O N V7 w°J U O N V = J m N r o¢w U g r 0°0 p W} a WN ¢U N° N 00 = 3g p O a^Oz95 r UFwY?i}rW m>°¢O nWKW U r ACC �Z pO iwNaNQaF JU �� J= F- U WWOO¢ O r3>2WFUr NH¢Q0 O=O> Z Fx- FW-O¢ OYOQw d,.0 Ja'Wm ar °o O 03 0 �W �¢ ¢z ¢ a z�¢U W oYWUainw00. NW?iEz rwo 3 �zZN�zz�U zw�a=zaz Ckf Nw ¢? aw JO z oW ao wa WUCxi�z ¢ U J3��7�v>iz owmzY �pa� Q N wJcwioa�aoo >Q3»?Oa 1-CL zw Om W� V) r =H �o J Z r?¢a O = Z0 3:W?�Q Wao�a ¢a0 U O oa0Z0�Fw-Uw Jo`xn w<atw 00 =O Sj L=i �W �a2' d'(jj Q Q2&QW N WW QQWO3 WxHW K=NfM ZO wzO cZ Q WOQr ZN�Z� QUN OL, DOS W w00 Za ° 0> o'o H� O z ZILQ�� Q / ?JJQ mNJ�w ¢O�QO Q�¢a' L Z ZaO�W=p°Z�`L NHOaa°o'oQ OU zU O 3Q O Oa U OW WJ r 0 XzQ Q ¢(a/1 Wr 0¢ �WN0 7 Q N _z U¢QU za3aa}Z 0Z °< 3x Do FW-- za WZ �¢ O OW 10 0- a N ¢- Cw7xWO Q alp �U¢wOx aoow O °Q°zx w�� Z o°Q�zr�Q z r w¢ cv w a No' ro oa r F-3 U 3w� a �rr:zN a> Wei o �N p �¢alailaU�o_vri W UJ°wO= z o wQ ° Hz CU? O 0 3M =O w WO �Zo?0 Q J�OOoza to Oz Jaz w=gZ O U N ¢} O>Z? ♦♦��� JZ wOwo w0 Qm W gZ W WN Q¢ NN M J V)Q 00 O UOo ¢OZW wOU zmx U3 3oZW00 M0 5,- V rQQ 0x UmZ U >N ZO m WV Q Qz 0W <} J Jp zW °a ~ _ ��wwrzU z wZ0w xWWW o m UwQ? a 3 Q p U U!-3WQ Q 0J Oa �> Z ?iY zH r3 I¢i I¢i� OUH�=O m >aQOQ�ag�Q �N=dl'-.�� >zp�� W Na��wWwjJ?y LL UJ3w-WOJ QQ 0 CL O O ^� W x Z N N W N W a O x w O r r a N W d Y O d J m Z>gl..Q¢�w w m xx-Q¢z a< ^o' p^Oj L- ^x ^Q ¢ v 0`o vW}JW v ^_xx oWaaN Za'WW�W NZZW J WQ O 3Kx0W xOQ O'20WW �U vU .�Q car v �� .A ��r `.0 a'NU a' yr rg N>Oa0 wo=X<= �.Q QO' LLI Q LL OJ��NrNO3 O rar r NN x LLJ W N O a r - W N M N W ¢HW N } ZOr O a'z ¢ OM 3r 81 F- O0= OW o' Q NM M N 1�1r N¢J OK U �z N U� r QOw =N m2 OUOZ WQ Ud ° Q ao ZzW a zaa W U� a aQ w o oaw ro Na 2Wro a¢ O W �o W a Z C¢7 o O o W ¢ Z U Z 2 z= Q m x U Z w z m U r U r N Y W p¢ Q W��W=W Z° Q W N O o J 0 v = Q� WlU-i8 > w0(.7 - NO rX xNIU-ir0o U roWo 3O ZQ a��OrNO a0 x Q W Wx OO >o > ax rr0 U t5w? az ra N 3�zWa¢ xWU U z�zo aQ= oaJ Qv a r �a §¢ Q a r w w <,M x O¢ BE ¢N w QUO o W a O O~d W _¢r¢U U o r r rO O a N O gw 00 } U J �vz Li aoz az mQ z— > NNN° a- N �HN�Ii rz��� M-WMU¢3 0 ° ¢ M oa � °p W oWw =) -2 a Oz Wa oW Ro oN�=�oa ¢� waW'v¢i O�xQw o�WamZcxi 3� ¢ } O �iQ w awr �° L °wU Or xN oo gNOma az ~oa�� w°j�7D a¢WW�m3 a x Wx zrd a Uz QaWJz x Na 300 aN°Q a w a g r 3 xz zQo'U, po•W =_OZ z� W ZJ X m zN U �JW3� NW ¢ J O UQw J W Y Ur Ox OW ¢ UWQN 0J Z ~O�NY U,Jm }J�NONI,J }O U r X =N 7 QWO Oaw m N(C� wZ a ON rWNxQW 0U O 3aOwZ OQ W� Qmw2 a' Q z Q Z y M H N Vaa aax Q zoQ 00 wp ao °UarpJ w r= NN U¢ aa�xr 3NZaNw¢ 3a o 0 r �o a 3 F a H¢x rQr U OWE U wm ax z¢�w Nw O WzNeu o O< aOUZM W-, �3 N� z a 4 Z 0 U 0 r z w 2 Q U N Z w W W a N 3 Q a 0 W w 7> W Y 0 z 0 Z W w x 2 Z O r } T Wo J U Q a zW x a Q °mmx U- w x N?a rawer-o aQ �ij 3 3 �w o aw O O WQm OE3 Z WOO (0 h¢ l,.l~ ar(nUr> w0 z Oa'W}r}r� rzZNfn sir x��aJa jr W Z Qa' o'J U 0Hg U3° O oQn OJOZ xQ Qom. 3ZQ=-wz VU = w=�l�a � YO 3H 00WQ UQ N aQ z HW 'y N_Z `Ua, zw> OZ<1 i.w N Do°z', �° =U om ac?U �= w� 1-OU)a °xa�a> zwU}o3z ¢z p } z �z Q �o LL N Owl,., �JN a ° a�Om W� 3r moo' rZ==WIU-i-i �(-x'� U Qcr.O°z JN poV a3a ��QV¢iJOZ ao' U w Q a rQ ° wO g O Q N W N 0 Z Z�: Z N U a°'W a N r 3 a W o f C7 N Q¢W =W O z J x�X w ¢- O W Z >a O Q J J r Q O W d N �0� Q O W Y �M d Z UF- Z}w N W z Z Z O o Z Z H r Q 0¢= a Q N w z O Q w r Z ~ z z w O 09 H � ozp az� w ma vao WW N00 aw 0¢o_oQO r¢ NUW°n WNWwN ¢�ozSSZE Oz W z w ¢ �z a o0 a a mz s Z U Nrr m of 00 OW OX �O r Z (=j C7 J o'J WOO' OpzZK Wr� Ja' J= 3 z �� on K m W } Z Q QNa Q m WWI r° w O �< Z WQOaO >-WZp W2U W U Z X o Nw K OL�J Z(rQ f.7 ZO 0 WQ Wg Z r�zQLiW JY Z ONOaN �>O=WU �r K¢mxo 03 ¢Q 9 Q Z ZFF Z_Q JN W V°1 ZN? ORQZ Q Za (w of win 70 �r zjQHNU ZQ Q N Wo'� oaWW� OZ}JN OW L o O U rz aJ C g CZ.� a m O 9 0 U N o Q a w- d z o w=W Q� Z Z W¢w m O w a Z a ri o¢3�W r� w 0 Q ?} X M O U W O wo a U O No' > Q Wr Z Y 0 Q 0WW lioW z W Z¢Q _ Z pm -WWr UU Y W 2 Uwe rxr0 lr¢ IaJY UZVI O W 2 Z lr3 o rN 3 V z O liN QOU �Z Q¢ 30 OrWx ZZ rQI�JN J 'T L) r��F-�QWZ 2W r O U r 0Q N u = d W Z = NrU W 0O ow~ �� 1 W rLw QOwO Q YF-- Q rKQmO QQ rW OU>Q O(r O UW ~ W NQ W U D o V Q .W.. P-,r J�Z w a'W W03 V10 _o Q0 W2 NOS QZ W z GC NZ 2 wx U-oj3zOQ Sa J p Z Or =° 00 Z O W Z 2> W O Z > w a U r N r-U d z � a p r ZO Q N w H(r r N¢y N 0 Z W 3 W U W O O U j z Oro OMwv, Q WU- HoU °� �i� l¢i3rWUQ Of o a�"aaw NZNN =m~O�UOa Om Q (r j N =3 to QV�-zxz I.L Q N�I:J Kr NLJ U °° �aQ of <OX OU NN E2-Z HO 0 W QW}a'Z (OM EM oO 8N a'W O�ly�j0 KJQ 0 Q X O ¢z0 3U UJ Q pwDO oy�(C QO a. LroO �O Z°o'W Q�QU) LJ O'W a.JQ ZV J�yojZ41W W¢a OH UOaK o� WN Z W W 2 Ww z0 WW Z Q O a O z Q 0 V U Q N °N O ZD nm H U U O o w a z m 2 Z(W7 m W a 2�0 z U?>}Z Z W U W N Q m p ° �W W a �H H o OCL bf o mom N°a° Ncwi ��z Q w�Q Qx ��zQU Uo oz W LL az�=� aNwzOU ¢zx¢OQaQ ao Z a x N° �¢ �w O Q� amW 1NOU ^ wl¢i xZ- 1z0 W W W3 Jo°ZW lnU YY Q p¢WNW W rWN K�JQ2WO0 m~ O N J J J2 0r ZQ 0 W 20 r r Z O¢J ?0 (rN amUQ�> ON 1 Ur0 H O? W0 OW¢ rarr O ) O Z err w O W rc=m m _pW U 0 Mzqq� a' 27 �8p OrW W wW ¢¢O�Ww �� OQ QZo ZOp QR ��xa' pQ� OO U x O of r'v ZWU �K:5, d JN O r ANm UWO rQZ WZQ¢U N- c0� J �x¢rW W NW WJNOK ZO U � o \ (CW ON WW pa<u ¢N 3Z0 \W Z m} W� \WO QJ US mQ> zN N> a rr UO oWr (.J aJN0 Y U N W 00 z N=3vio >Z W 00 0 a' Q� NO OUW rU w-Z J Z \O I�Z Z W HpZ Z QQ Qz� N o'J W N° U)- H Qp Owr Nn Z0 W r¢ rZ Nzz Nxw �¢O WOOUr Z0 ono O� W 0UZ?�Z wp wZQ U�W� OKZ OQ ~ x O Jr JW Z JF JW �o0 U Nz rawJ �¢� mwo mrr QJwQZwr ^r Orzo raNOO z err¢NQ rL, 3z Z z z ¢ zz Ug UN O �� WNK VxrW 4Ja NrQO UWp O>Y OOZ NOQ�Uw ZZ UZ U= W =r OOU �aMU} oN¢OWQrw J� O W 0U_ 2W x3 l u>WSQ 0 r ¢ '�O a'O ¢r �`l� z xaO �M WU a'KOw J� > W zoaox 0 O v O Q D 0 U ,W Qo ¢� r VO fif, -ao' °O r a Q O U 0 Wo' W cJ�vlaW U oc7 wlg.z 02wz �� Zow zw "or `.¢w �NONw�U N V` wJwo awo O aww¢z} w U w z pw� >} >w Q ow ow �Q° "°oW ��Q �°w N�o m ^aoa�aQa°r? ��o°a° U r ° 8 Q �a " o odwnl uaIIV:H]Sn w090:6-f[OZ ill aunr',(opsanl:G1iLMd 6m P'40'OO-VO3-VFM\s4a-VS\0VO\uo,dV Vo aPIIIS13-uold 7uowaBouory 1111anod 17,rsojanS\vaPsp r,s of\IloO-u0 uojuay\yodiiV j,cptuq u0111a\:d Ir"3113 13S CHO W LO 3 Y z ; O SXXOEI c� �a �y �y�y y ¢gpp gggg gQgQ§§ W kk a s U N O M Z g Z O J O M O @! O F- _ N J O z � aya Q U ygg LL m -� 3 �N Z .= cx O o PO Pli ;' o Q J . I I � N N a Z €u w€ w O I a � C7 g rn � w Z In z Z .00 N O 3 E I f W tQ~i) m CD rn CD in El q 3 \ m H W N N C7 U)I I $ Q z Q Z a 0 o W W 1-- g b I 5 z Oz N 03 X O U= oo W W N.- \ � U F M, LO C J tl I E } N N S U I W O 00 00 a w In > Z a„EEC eo. soR�soa-am T�s�w to sail . I awe eaa.WW.� O :gH N r� 6 \ Z O O ba O2 M $�- N Z Q } CL °DY Wo O § m I oo Of EL dpZ tt\ in 0 C� $2x a r \ EFL Z Z C O O )S9 L rrr EEL Z z Z �F uan� �� \• � O U dEa fE G 7� h §dx ti� �� taw I Y bay � •� :awEC�� I k€" ye���S I P�k eE I Oki; � q _aFE6 IM lu N 5. ®.awwww c$ ti § I t!ill�a fain I $7 �Q p o_ # zi CLO a Ii 6 I $ 3 g ar M e.,aww I QQ � �5s D Q U Q I C� ° ° � N m W O m N J W T M H�Q�Z W N a S K U�Ndl�i odwoI-uoIIV:83sn WnW6-vioz'it...r',(opsanl:03LLOld 6mp'go oo-V03-Wid\slaayS\aVo\uoidV VO op!11113-uold 11aw1611ow luawanod I 3solgn5\vap,p ysol\Ilo7-u0 uoluad\lxdnV lodia-,uoluad\:d:3MN 3113 13S 018 o _ O r J J O! J U° Z O r W _ N N Z N Z O O Q W Z I O OQ NZ ? ZaHN UQ mOm C, NU I M O o o 6 Q o w w Z N 7<3 z o O w o -,o _ ? w m o z _ W \ O x N O N N N_ P_- Q U U m�U�U> jx w UZ(WOZ NO 3:co N 'lJ° U= Z U U .. 'a.lyl Q cub W Q Q r Z x }w L Z- z N(Y W p O Q Q H2 0 > OOa'�'rw�p O_3 wOp° SZN Q J Nfl a' NNwQ r < a Z O O JN w O r I O W=r UN O =m W aOr wQ Y Q W X W z0_ p W l i _ O m z J N�'N z H r T d' J Z O N d' w o— a W W J O W wJ J r� J X WZ— Z W J rlwi wzzW M W U I=/1 O N J U >l=id Z^Z X'-1 Q wOQ W �Fj ZH OZZ OZwO z z� ma 3 a12 W� v oQw -w o<o r.2- zw� wawa ? mFo � xo r..l o QZrj� �� w IQiow U�� v vi o� OtS o_J w > >> "' rw o �ico.�ow°z =>> °� ao�m WZo wam �m? Qalx--moo o Q Q Qo Qw w w °�wN 3°oa xzoJ >-= mxo po NQ3 o U O_ am UN U F- U zw (-- W NN W S d'Z UN 2p 3J Oa°O(n cL N 1 o') ?=zZ zo�Of zQZ Ow°NW NOW OU 00� N O Q ' O r m Z Z I-� 1-0 Z Q U r Z c.7 z o t5 J Or o f (D°41 V W J(n Z H Z O Q ' I J W r U J U> Q W W W Z O ,o ��' Z°W Q >O O W Q M Z 1 S` CA xJQ wo o oJOO z� rwo wNr prr >ww ox�OJ O N y W WQI.J. >-3� �- ZO>-w w-� ZZ NO �UOVO M Q O LLI U' O ~O avx cJia?v¢io ?tea �� oaam� (�> cLoo oo wa3c=i/ yam?= J 1 I Z N M u7 tD n a0 J Z} O m O Q U W 2 1 I I LLJ oW 00 o f �® II a �z rJ e ® 1 i \ voi v'i rn o M a O o W 0 1-' C CL— z qq � yp I i O m rn m m m CL_J o ' ' •� L�R ild R 11 ', a N N N N 'C"4 ~ �O = X � i N W N m a II p ' I O U o m LLJ 1 U ! 1 H z W .. a0 �j x 4 lJ 3 \ Ilk v u III i si �i � w OD O N u] W oo ao o - o M m m v m of z o 0 o 0 0 o 0 0 0 0 0 o m m m m m m m m m m m m m m m m m m m O m m N N N N N N N N N N 1L a0 O O N O m M ua n O 00 d C Z JO .. Z v m n m rn m m o o W F- 1 x ::. Iri Iri co co Q U, M M N N . . . . N N Z m m ro m ao ao ao ao n.pQ o o ® ® ® ® ® ® ® ® ® © © © O I I R : : : : : :' : . : 1 w°zw a r .:..:1:.:.:.:.: , VI Q Q Z - ? <z z Q w . . J �V W�+Fw- O m O oo I� m m N O N O O I� u] tp N u) eq N O r\ n O O Z V. It O O O O Z N M M [D ' I d Z � .�.- N � � � N QO UD a0 OO . • I4 g a �- O m m rn m m m m rn °m rn rn rn o I.:;: t � .' '� 8 Xdw 1 N N N N N N (�V N N N N N lo cD ID LO W ao a I� of cv ao M r�-i M ri uo cD to M M M N M m m b�vE 1 V N N N N N N OD N N N a0 m a0 N A} CCC M C 1 U Q a0 a0 aD O] 00 OO W s '''''' : .42 K., � - I 3dk MARx yy : : : . : : : : : : : : : v a ............'...'.. €' pE° O tND N N M n ll') N 1 P N M O M tD N fU M N O ®Edwebi O O A O O O O M < M M O m m m m m m m m m m m m a m m m m m m m m m m m m N ` 1 11 Vii• �R�bb :';C{'.':';';' : ; � � .- � � � � � � .- } g O n N m N m u] ao to O O N M [[1 m n O r_� N O N N N M N O a O m a0 W I� O M uA M M N N N N U M M M M M M M M M M M M ao m ao m eo Ao ao ao m m �% 3 �r tfJ 9 6 / iW ga: § , I ® ® ® ® ® ® ® ® ® ® ® ® 1 I y N o? 1 I , � �rcNL"ILNR b&^� Axry { II C.7 N m m N M Oo m m N N N N N N N W N .^--• o O O O O O O O O O O O .- 11 m O m O O N N M Lo N m N O Z a0 `I m M N 1 m O Ao m m m N N N N O W m X8 V = a aMO Lo Lo D o 0000 m aMO m aMO a`�o ago M w ;"HInwsimR b7lw ,1, Fab �" IA� `aD 4 11 O RERr I cL W o o co o � � I� ao N tp N N 0o m n N N p tt 0 - - N N N - - m m m m m MJTI3F. II00 - J I o I @ N N N - a N �$ r� m m In R b C I S Z N u7 M N M M O O O 94 m �� �_q`3dPU f4_— _50-t �� I i ^ M M n Omo am0 N N u] u) " \\` �v+zi R ;.a. p� G j O Z M M M M M M M M M N N N eMM � 111 O o0 ao ao 00 0o N ao ao Uo aM0 aM0 m a m adlau moiui Odra g"a�, Is o t•� R`\\� \ `,1 1 8��'W O m uJ t\ M M ao m N N C14 IM CD u) 10 a O m O tD N st Lq N O O O o cD O N o v I Rll5 pAT¢l � �T O O O O O O O O O i \Ii Z I N N N N N N N N N N CLD A /,$. 3/rva>MVnla m O m m m m w Lo to Lo I u R . '" {{{�} 1 C9 If] N N m O m O a0 n ao v7 W J O arO�N O t0 16 17 W N aczmYml S 1 99 q* O M ID tD O O N N cD tD I� 1� ar M O m m m O O O O O O O O <> b 881 N N N M M M M M M M M M OQ< O — W 0o O 02 a0 aD m ao a0 0o Li W uOf W S X IL 1 1 1 ` cdwoj-uoIIV:83Sn wnLO:6-Cf 6'It ouof'Bops i:D31LMd 6mP'OD'ID-VD3-Vpya\el S\OV3\ua1dV VO aP!s1s 3-uold W-6ouory l---d I 1­11 S\vap,p r,sol\IIOD-up ua,uay\I,odnV lodiowny,Wluaa\:d:3MN 3113 13S als co g u a i O P ( . V . a R 6 .0 z (,l, i I I= �� z0 8 0 En O f- o � L " z o ° Z " g a �- b z to H W w W J W z l $ � � m H ot 9 N = z -I & w 0 S J - O II � Y � ��ai oc3 N °• Z � U O � O CL Z °p U Owl YYY Q CD O 0 z N W z � N Q � a cy- w Q O G a m 0 I X f 1 aoz l w TWO i Qr= Z d0 0¢ z N Ogw -� q ZUof F V C �d �A Ld Q W N v = VI Of W } ¢¢ ~ � U U W w S Z O U Z Z 2 ¢N W m W N O a CL U U a ¢~ U O W U N U p J (Z�_ M U Z Z W �2 (2,�Z � Q a. W OU N Z z W ta1 W m W O V �W W W C.7 t=i 0 N>O 6 U 3 N O > V) ? U ~ Qa z° z wo o� ° �w ° z~ z S N a ¢ I W '' W L) W ° V N V 1 W Z M Cj Z O Z a 4a z tz 3 2 w cgi a a°. -= za WQ SVI0 = Z Z 2 H N O Q W 0 O O U= � >� Q 3 ° a z� Q �� cr CL H W ° N W w W 0 O Z Z6, Q G m O Z w z p °w o �m i o U- 3�N w° ¢ ° Q O °U Vl O W= J W V) d Za a W �-V)0 d N= Q N U Z U Q Q Z O C7 Z_ s F Y m Zp t¢i Z a'p�p �v Uj�~ J OQ O Z Q W �o o° War °z r. °o ° ¢om 2 V66 w ¢O p w ci .Uri O= _ .rI ¢ CD t ► F oW aa a w a °N =°U W Z W N � J U Z j �l+s► Z W C,N w} d W Z a m W ° ¢ d 8 2 Z m Z U N U W N D !-°W Q m v Z Z` Z N N� Z a U Z a J W ° O _Z=° W J W --° 3 a¢ J W U° w Q F Q V) W-0 Z OC J K 3 m -6 m V i =O U) }W ¢= Z V)CL w O m < m H U w U H WZp Z J N Q W°W U }W S m °U° Z {U. QQ 3 a°wo aW Z3 0Uo U, o c ZZ Z FJ-, Z V Z Z W °~ 6° 2 O W W a' 2 2 Y >LJ U) O a a= a m a Q Z U°M Z J VI a N } < U ¢ W C S 1 ¢¢ Ca O U < W a (n°O W V)� F- N H W H O Wp Q N m W N VWf ZO W p CL O Q N ZO W ZO W w w J J > Z N W U z> as m a 2QS CL 0 _� Z F LZ �O °2 NN Nm� N3O nM O °ZV) 2 g g LZ r - _ s W =0 DO wO w 2a wO¢ W w� -J-IUQ = -ioaloN ,6 W U O U W N U W v O J mw U, rrm� 0 00 ¢a Q Q Y Z Q Q¢ <e Z J J m W W V¢1 V�N W U' z OQ �Z N� (n lU/1mW KZ N3 FNS VI aY r O W H W Y-in <W J V) Q{0 WE O yW. W o`�Ov Q dN WN W 1---W Q H V)° Q N W Q�t/1 3 •�-tWA6 (n a- 2 w 2 S V I° S S K 2 O ¢In �� CC w N M st u7 10 i-� 06 Cn odwoj-uoIIV:N3sn wa(O:6-LIOZ'IL aunp'R"-1:03110ld 6x.p'lO'lO-VO,-VVI8V)aay5\M\uoidy VO-o!-M3-void luawa6ouory luawanad l Z r,,Igns\vap,O 3so1\IIOO-u0 uo}uab\liodi!V jodpwnyy uoluab\:d:3WVN 311d 13S GIs N W = N 0- O W W H In W ¢ w coo, p J Z U U Z H w W O w W= M cn}~a ow o°� o~� a z3 Z Z Z NZ wZ�o� �Jo ° Zo-o `w°-�W ID Z� N vi I- .<w. }a U Q U w o w w m� zo wZ� w wow ¢ Ng �� 000 ° wv Q ° ° J UK lwigO W;Z ��O W W J W QQj H O Y�1w Z Ln O = O Z d U (n d (-D QO �(=n W�w0~ N�z m¢ w fn W -'Z =S�d vi F O p O < a Z U ° Ur Z >�N ZOO N a �O H S N r¢ W rn m rn an O W w Z O O Z Z Z N >}p Q L..1 X O S H Z g ¢ N w S W U S m rn rn an po w W o vWSi � 2 Z D J O X w W Od Z W mmo O Z U O NZ o Q W�= QH U<DJ¢Z Z N N N w V ¢ ¢ <O Z ZU W H� _W��UZ W W oUOJ w ZN �UQm� J_ �`L W ~Qw W(Y d Z H D H W O U U W U m Z U W U U Z W (n X d O W Q U Q O Q O U Z I-W W C.! O tX1 to U W W W O ND w �� J-,Nw ZO_Q U�Z H W'-'-' Jx~~ L W J W W HQ W W w H Z_ W J S Z Z U (/] W O N O J o Y W O O O Z Q Q W m 10 ¢~U O O¢Q J m S a- w Q T M 0 O N U O d!n =H O �Z Q N w J Q H -:a2 O Z 3 W -°W O¢S~ W O a' M M M raj ° 'co O N O-p O W !nom O -:U wU W� > In O O of a0 oO N ! I �p Q a O Q�O Z�Q W OQ d F-W UOOU W v F-d'H �w W m V Z H H U H Z Z j W Q U N Z Z¢p Z J W O O Z U W J W W Z:< W N_ 0 Z N I V7 NK Zp'- ��V~iOw�w wow Np Yew �O?Og W:2 N = O ~ O W w m J Z Q Z Vl O> W H IY U > Z J U d O W>F- O O d O M Q W I W m QF- OWO�}WQ W W W Ov Qom¢ O ZW W O W Q- O Ow�H Q a- 0 N W I ; v,¢ m D u-U n V1<Z'd E c > w cJ �N a- CJ¢W r y U cn rz 3 W o o o- l- _ J N I Z v a v o � rn J Z N m a c� aI = Z CL '11 z o CL M W Z Eli o /' ; /I/ I I I�r ''ti i 11 Ili\i �,��' ':1•��eM V) (_/) LLJ yy P 'll I 1 6 ��� � h ' I�I {ice k N y 4 F t 1-11 �� 1 ty� 0-oz ,'�5�. 1 II N St _ �' ce: `I 11 ,I � I 1 I r I a'fi J� �' \ f t t ' '•\ ' �\�Q�dk. �d w � J W Q W V t Q�Z �! ! adlyii'5YY3irxs;\ l O W° _O(/) � � I � 1i �'' i c w� � � III 11dSY5'Ab1Yia�ll l ><➢;,c f o ' '-' ,5 \ �� O�Z Q. V Q z rN i l N �Ln Z Z 1 1 R 1 III Ii i i ', - ; M1 $4�,r ➢; I I 1 `� x\lq 6 s N v cn co �O _,; �o z�W LLJ 'IIWWx\ f o . can 4 m Ip \ ➢1 1 -I rn s«�s �`',�11 1 11'I `I}(, '1 ZO Iii � DE 9 \ d W�u II I W - r 1 r 1 I t II 1 W H Q x Q r` z �I i I t. .�aull3 rnonv:'si �t3 a. \ w d „ f. fZ r I 11 I !n tt) ` II �' i p' �� 6_Sru; i➢ r'�- Ii i iii � �pk- w �r f �I d3 \I illy I/ I I P \ ➢ 1 I I I1ffi --!l / 1�UII I , i II � � � X50.°\ f'i-s 1 r"tJa• / � a I� I 'i f 1 :,� Ce ➢ .t >v 'Ilr _ /. 1r I y I l i 1 II d` 1'-i- —i I. '' ,I \'•, lil 4 ,. l� � i I. Z _ r J I, d ao II'li O A 'I I ➢I 1, 7 vl i a..� I a. /rt - i tl gz° -.11 ,- - � - tl �., '1 1 1 1 pp 'I ! a 1 s pu w Ad �xdi- _ T_ a b➢w_ ➢ F Qi I 1 1i:`'\,'`'/ ( 1'1. 0 oil ' 7d1e1,'Mu 1111- t' U li ' , I I, Y ' `BOO+iOb`.� nynaa.' JI ❑mm� a..?a. \ v a V ` i - ,- ! _ ,,. ! I „r ./'I,�S �'1 °0 ��}8'► .5;a- \ �d1,us MUTT •.n \ _ -i .� dry a• 1 g 8 � a cz rlos fU/ fl .,�! °` ` \ - f aT Lbw > ¢' X15 M'`U.'1 �r / 1 Z Z Y O x a U. ' {ou, _ ai 'ads; .• 3 "�, —rs ..r.. __ as - 3 CD Cl -_ _ _ QO.Q'O Hll r' �`J ZNm omN 1 I f1• 'i' ¢ _,'-�x `\•\ i I ii `;i - �Il i• 1 >;P-��= C~J Z o�,,,�5 w 1 J lw� ti_,U §;�:..o-'� _'. z""r 4 ! I' I' I I w Z w N v,N � p -�� o o= \ ``➢ `I 1��_ ---..: ..�N I I 1 wO : _.__ 1zw ;.`. '� V1(O N O W Ill W 2 x i� i A-1—11v:83sn wo60:01 -£IOZ'I I aunt'I:opsa,I:03l101d 6M'p'00 qp apislso3-uold luawa6ouory luawanod 1-Z lsolgns\vap,o ysol\Ilop-up uoluad\l+odnq lodp!.nry uoluad\:d:IMN 3113 13S X118 Lo N WO C O oQ I U¢p z 0 Z W ¢ =W I M O Z Z N <U w O I M Z J O Y— ZQ Z? 10 ° W iiQ� �Y W 3 ¢z Li N O Wp Q O ,Q Z W Z 3 J = W ci O O Z N'V W Z d' W_p= W d it Z O Z c7 a Z Z O O W O" ~ I ~t- a W Z Z W ¢ N �xa W xH �j W TZ Z O W CL M d H x ZU Q> Z Z �~mw U M IWi v v=i Z 3 W ZOO [L<� ¢OO J�Np> W cs N °� o o Ocp zow zz , Q�og¢a z ? ; W wo W W U' ~¢ ~Z..7 °W V Y H Q O U X J Z Z U H p P-M X N W °I m Q W w Z O Q .� 5 U U Z X E H W W W H a w M>W N J N °o o wzo �o° �=N °QW¢� ° i M. z p J 23 D I to �'w Wow pC, Nwa azwQO ~O O O M Z O w w W w ��� Z> U WU Z M Q s LU I cwna wV)> L.Ma °ao °o�°O _ OZ w J ; z N Y O Zg z Fn Qa Q e w I i w Z n n o rn o YO Z a co ao r- w p .. .e ® ❑ M 0 0 o Z Q I a q I 1 rn m m m m m O CL MW ° 1 ' O C�l � � � H a � 1 vo H ea � �� ls� ���a 4 ' � �a o vmi m °r° r`Oi• MO Q a � W� W CX eex i F� �Q o 6 s I I In \ 11 W �¢ xws ll' I 11 . co M O n coo M co h I� to m IM N Z 16 Of M I� tG N N O N p W ykl 1 O O of Of m m n r7_ .O m N z S U O O O O O O O O O d to 1n uF•I V 1 1, 01 M OI OI � OI s� I &W 1 i t—e\ I ��n rn rn rn m m rn rn rn rn rn rn rn q E 6 11 to 0] t0 m rn rn 0f rn c7 - r- .c N ao ai In of ao a z o N M m n Of M u7 n OI M M M M M M M n n n n M k I JJJIII ec ao m m a0 m m m m m m m 00 CL cz illl Q U- ��_ z } awe I 1 $1 M v o rn m n u� In In In � v V Q s A \ o M a n O N o m ¢ M N 1 Z of o n o w of n n n n M a U) ! tIj O O O O O 0, O O N M ZZ P1. N A j g rn rn m rn m m m m m m m rn O � haw zFn rn rn rn rn rn rn rn rn rn rn rn rn c� Z ®8 Q = I j 2 Y O } I11 d m m OI l0 m In m .o N m Z Z I , Z T m n m O O N O N M m O W r` w � m w r C, o w m o of HUB' t m O m m O O m t0 M N � I+7 � � N U'7 N] N N N N N Z 3d".+15 x i1;t kd W O N M M M M M M M M M M M ... m m m m m m m m m m O I ar � � II p� deg& 0 � 0�@ @1@.@ 0 0 0. ® g I 1 m (� A gC�' #u`••— —•• p j I I } d I r B 4 ! 9 I � 3d'tlIS MU(ll.�a :�wE I �k� t S 1 II' 'll 3 1 emm�� m ffi ��www A _ _ E &wuS® "�d I 1�•� i 11 ' °S aw,zl'z — •&wE 1! 1�y \\ 111 tk'i $6 u,$ s:• t9bbf.F sm I ® ®�Su q ® e� °° i11 I ll I Nz d a a W faro .1w�WO00 a p.� ! ! ' ' Il p M\ g C k oti oo+ ot, III 315rAa--- M4ILN.Il6. a �5�:• s 6g un 9 '- " ' 1 i ry ffig W�� I ldlillS ta0Wdcd ewe II 9 gib I I 1 8 d F R "° 3 1 ( ® g b�vg !t1➢ M IEd i'L gig1 11 a m d W E yy�� II mwz,3d�15 l10113A , 18 Y p" ; 1 1' W�U' z x C N Q W � � 31gf Hallo.. �,� "°__.n_._.�u_m—..,--•^ - 1 1 1 ,I� 'omen �?m�IO° I 1� ; I I, CQQ10Y ¢S� y 3�In S pn L, I 1 I 1 I tl 1 j�JWv I X#Irl i II ; 11` ZO�OaQaQCC. I 1 1 � odwu7 11V:21350 wcRO:O-CLOZ'IL au,r'A,P-11:03l101d 5mP'00'M-V03-VW\1;aagS\OVj\u,,dV V0 aolslso3-u,Id luawa6auary,u--d l'Z r-jgns\—P,o pdpi-,um-u \:d:3MN 3113 13S a19 U p� Y 3 01 \ .� °.� W*Z WWwm T O W r`JUO zt/16='z p N \ I M LE N Op W ��d'W 7 \ O rvl j > J UzF- _?�2 M o =Q V �jUz\(L \ EL Of Z W K t ¢¢¢3¢ \ Z O = W N 3 W w 0= a w NIW ,007 o w L)a m¢ a o. W v vt o 3 C o \ \ C o M J v Z vi / M V t.i Z W N \ �w vwtn aN W a N \ wx i"�°o rja H vii J Z o a� \ m Z m W Z� m LO v)No bo ¢� \ oo @ox miw < Q \ 2 v o¢ ¢ on LLJ �a z m z Z J W o o O Q a W ° CL Q 0 W Q IIIIII11 �ww °z �,'� V, w w z ICI—I °z¢z a E< �, _ o ; 1I—III oN Wm5O�U f-a -� III—I Um ��mN �� �o ._ _ �► I I—III Z�, —IIEl �a -�O wW W� z � 'j II=1I W 3iv zu., °� W W ��' a II=III w�aw oN a� '& (=1 w a_ S U j io N Z (¢�j Z Q' '��r".—_—°. I, O s to to O —I w wow t-=X °x X3(5 a� K 04 I =III J F U W — d W < 1 w - �O d' Li z 2ME Li III=1 ° o N � z a p z I — vow x w J W_WO his a Uj _1 z S °z Z Z >- _ Z —I N N �_. W II—III z II=111 LU l..M11 a oz > 111111111 o? > III—II N w II1 N ¢� o IL �IIIIIIII o III= I I—I I IJ c a I I=III o N III—I a z 4 11.-_I z I I—I LI- W III w vvi a ! I I 1=1 Z X J 11=1 M `w N -1 _A N aZ II — aZ CL J T a J 3 a ' 111=1 I E N IIIIIIIII 111111111 � _ Ols M c : �U S {al Z O 0 I.- CD a Z W y3 e W N O O o 2w� \\ F- Z �z w x� �3a - .f W Z o w v w a vi a w a X°=c" -°o= _ = � > a W w x w 3 U o w O _ ": z -:-z w O w w0 U N 0 ¢w ¢ Uxo rJ'Q-Opp=w - W W N W w zw¢ _ N N ma U¢�o ¢z6¢.wUwvUitn�ao0 . U¢ U DIU _¢ ¢H W m S N d' ~Z tnw ww�_°� OOF¢O OUZ OJ¢ Wx U' ¢SW 9OW JZQ¢,ZN �, WC H Z 1. N�Z X-z ¢W jw 3m33> pzzmwwwamo QQ w o Q ¢° N J J¢¢ U O U W t Y�" -P J O cL V 1 0 J w¢N(n d W }d>U' W¢ CL U> w<(n x¢poaw¢zxx� ¢w otn¢�¢ �U¢�mwa.uj �¢ Q Q �i r�i D Pr 8 riw w W IF aw LU wZ pa. ° 'Ls} W >g wm wz IIII I1�=111=1 � �a �� ° �8 U U —III—III—III- W ¢ z o oo m U n _ (ri w 'o v) _¢ i"3J p IZ Q W 3 Z V¢] = Q w m = w Q �1111w IIIIIIII� a n '}':.. � m W W ix III--III—III ° > � � Y O 111=111---I I I-- z o ° w m I I I—I 11=1 11=--I' --I 1 =1 I z p N a cL w I_1 11=1 I M: W¢ N a W 1 11-=1 I L-111. z< 1 z .m 111-� - =1 X< o W J X i I-= = L. w W u ^ i e aa w III=1I1=111=� w ° Q -I I-111-111 �a N o (AID - 1I III-1 I I-1 I N --— Uz0 O j�kWv xU C7 U�IW/161Qr Z z O U N wow wr3N w Pd..I uPIIV 635n wu80:6-LIOZ'tt--r'A-p-N:03l101d 6-P'00'10-VO3-"y \-PPgS\OVO\-1dy NO a." 3--jd;..-6...h 1--d t rsolgnS\,"Plo 111j\tIO0-u0 uP}uaa\iPd,!v lodiuiuny}u11116\:d:3WNN 3113