Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract CAG-05-008
j IV.CONTRACT DOCUMENIP-eORMS **Me
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this /7"' day of JN AZ,4 , 200 6 . by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and Northwest Cascade, Inc. ,hereinafter referred to
as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 60 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 05-008) for
improvement by construction and installation of:
Work as described in"Scope of Work"included in bid documents.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Consultant agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
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
Lake Washington Boulevard Slip Plane
,*..r *v„i
3) If the Contractor refuses or fails to prosecute the work or any part thereof,with such diligence as
will insure its completion within the time specified in this Contract, or any extension in writing
thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a
bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a
receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his
subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made,this Contract, shall,upon the expiration of said ten(10) day period, cease and terminate in
every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
and perform the Contract,provided,however,that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty (30) days from the date of serving such notice, the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable,for the account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment,plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and 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. 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.
Lake Washington Boulevard Slip Plane
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 mall,postage prepaid,certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than
120 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
there from 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.
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 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.
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.
Lake Washington Boulevard Slip Plane
;*00,
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The total amount of this contract is the sum of
19 / ,numbers
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the"Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-
written.
CONTRACTOR CITY OF RENTON
K�4 /" ,JA)1_u�
President/PartneiOOwner Mayor Wathy Keolker—Wheeler
ATTEST
Of
��i7wYt�c,c.• � (it/C�
Secretaof
/ Bonnie I . Walton, City Clerk
dba /t<Oi"T/IG�dT Ll.alCGllr'C !i?C.
Firm Name
check one ,�/ l
13 L"J Individual ❑ Partnership Corporation Incorporated in �QS`i,i��r Torte
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.
Lake Washington Boulevard Slip Plane
Award Date:2/28/2005
Awarded To: CAG 05-008
Northwest Cascade,Inc.
R E N T O N P.O.Box 73399
1V Puyallup,WA 98373
$440,000.00
Bidding Requirements, City of Renton �Y
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
4.
r
i J
e
.�
� f rfYF
f'?
1
LAKE WASHINGTON BOULEVARD SLIP PLANE
1
PROJECT
t
City of Renton
1055 South Grady Way
Renton, WA 98055
L �.
F w. <�
General Bid Information: '
(425)430-7200 q
City Contact: Jason Fritzler i
(425)430-7243 ��'O•=•. f�r�
! Consultant Contact: Richard Luark ��JS/OIyAL
(Golder Associates) •......_•.
(425)883-0777
(W EXPIRES: 10/22/05
Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
For the
Lake Washington Boulevard Slip Plane
g p
Project CAG: 05-008
January 2005
BIDDING REQUIREMENTS
CONTRACT FORM
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY Of RENTON TRANSPORTATION SYSTEM DIVISION
1055South Grady Way
Renton, WA 98055
CITY OF RENTON
INDEX
I. CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON
3. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
4. SCOPE OF WORK
5. VICINITY MAP
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. NON-COLLUSION/ANTITRUST/MINIMUM WAGE
7. BUY AMERICAN CERTIFICATE
IV. CONTRACT DOCUMENT FORMS
I. BOND TO THE CITY OF RENTON
2. CONTRACT OTHER THAN FEDERAL AID
3. CITY OF RENTON INSURANCE INFORMATION FORM(INCLUDING SAMPLE)
4. CERTIFICATE OF INSURANCE(SAMPLE)
V. CONTRACT SPECIFICATIONS
1. CITY SPECIFICATIONS
2. SPECIAL PROVISIONS
3. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A-HOURLY MINIMUM WAGE RATES
it
APPENDIX B-STANDARD PLANS
VI. CONTRACT PLANS
s
•
s
Lake Washington Boulevard Slip Plane
.. I. CALL FOR BIDS CITY OF RENTON
em
.w
s
s '
CALL FOR BIDS
Lake Washington Boulevard Slip Plane
CAG-05-008
i
RECENED
CITY OF RENTON JAN 18 2005
Lake Washington Boulevard Slip Plane Project
� I Transportation Systems Div.
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m., February 22, 2005, at the City Clerk's office, 70' Floor,
40 and will be opened and publicly read in conference room#521 on the 5`''floor,Renton City Hall, 1055
South Grady Way,Renton,WA 98055, for the Lake Washington Boulevard Slip Plane project.
The work to be performed within 60 working days from the date of commencement under this
.w contract shall include,but not be limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
.r (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished
by Owner or others), and performing all Work as required by the Contract in accordance with the
Contract Documents, all of which are made a part hereof.
or
The Work shall include installation of a soldier pile wall on the west side of Lake Washington
Boulevard near NE 50 St in Renton, including but not limited to grading, installation of piles,
4W installation of tiebacks, testing of tieback capacities, minor roadway rehabilitation, and all other
work necessary to complete the project as specified and shown in the Contract Documents.
ow The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
°r" Grady Way, Renton, WA 98055. There is a non-refundable fee of $45.96 plus $4.04 Tax (Total
$50.00) for each set. If ordered by mail, add $10.00 for postage, which is also non-refundable. No
telephone orders will be accepted.
.r
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions
regarding the project, please contact the Project Manager, Jason Fritzler, at 1055 South Grady Way,
Renton,WA 98055 or(425)430-7243.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
.� accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Bonnie I. Walton, City Clerk
wr
Published:
�• Daily Journal of Commerce January 25,2005
Daily Journal of Commerce February 1,2005
Daily Journal of Commerce February 8, 2005
„r Daily Journal of Commerce February 15,2005
r
�.. II. INTRODUCTION CITY OF RENTON
a.
a.
I I
INTRODUCTION
r
a
r
r
Lake Washington Boulevard Slip Plane
r
II. INTRODUCTION CITY OF RENTON
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall, until the time and date specified in the Call for Bids.
+
At this time the bids will,be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
+ No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents,whether made before or after letting the contract.
• 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
+
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
+
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
•
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
+ 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
+ do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
.■ City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
+` 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
•
Lake Washington Boulevard Slin Plane
or Il. INTRODUCTION CITY OF RENTON
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
4W
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
r
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
• that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen,mechanics or subconsultants.
'r 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.
•r 19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
,., the requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
qP comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
W Lake Washineton Boulevard Slit)Plane
so II. INTRODUCTION CITY OF RENTON
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
so Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
+W 21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
,m 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
„r this project whether referred to directly,paragraph by paragraph, or not.
1. WSDOT/APWA "2004 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," 'Department of Transportation,"
.. "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09,Measurement and
Payment(added herein)shall govern.
rr
22. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
.. themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
23 Bidder's Checklist
w.
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
'� bid opening time.
❑ Have you submitted, as part of your bid,all documents marked in the index as"Submit With Bid"?
VM
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
�.� Lake Washineton Boulevard Slin Plane
II. INTRODUCTION CITY OF RENTON
CITY OF RENTON
SUMMARY OFAAENCANS WITH DMBI,LITIF.S ACT POLICY
ADOPTED BYRESOLUTIONNO. 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 Americus 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 WIIH 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) iCANS WTM DISABTLTTMS ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' 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.
C RENTON RENTON CITY COUNCIL:
Mayor uncil President
Attest:
City Clerk
i.aKe wasnmgcon tsouievara 3np mane
H. INTRODUCTION CITY OF RENTON
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees 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:
r• (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
.. not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements,governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
~ all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
+�•� Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City,including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
ayor Council President
Attest: \
City Clerl
40
Lake Washington Boulevard Slip Plane
No
,.. II. INTRODUCTION CITY OF RENTON
CITY OF RENTON
Lake Washington Boulevard Slip Plane
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:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities, or service, if any specified herein to be furnished
by Owner or others), and performing all Work as required by the Contract in accordance with the
Contract Documents, all of which are made a part hereof.
The Work shall include installation of a soldier pile wall on the west side of Lake Washington
Boulevard near NE 50 St in Renton, including but not limited to grading, installation of piles,
+ installation of tiebacks, testing of tieback capacities, minor roadway rehabilitation, and all other
work necessary to complete the project as specified and shown in the Contract Documents.
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 60 working days will be allowed for the
completion of this project.
.r
r
aw
No
Lake Washington Boulevard Slip Plane
aw
1
S 6 1 St.
Project
Location E 72 'd St.
1
th St
t NE 43 t.
S .
1 �
I
err
SE 80th
NE 3rd 1
............::..:.:.........
Vicinity Map
aw
,! III. PROJECT PROPOSAL CITY OF RENTON
PROJECT: Lake Washington Boulevard Slip Plane
CAG NO.: 05--Gtr
COMPANY: q c 7 1w,5:5-r ASE BID AMOUNT: `rd
ADDRESS: P.U. 4rx TEL. NO.: -25 3-��8-a3`1 /
A U L14e L d A q 837
PROJECT PROPOSAL
Lake Washington Boulevard Slip Plane
,.. III. PROJECT PROPOSAL CITY OF RENTON
BIDDER'S CHECKLIST
PROJECT PROPOSAL COVER SHEET
1. f BIDDER'S CHECKLIST
2. '� PROPOSAL FORM
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. NON-COLLUSION/ANTITRUST/MINIMUM WAGE
r
7. BUY AMERICAN CERTIFICATION
4W
Above documents must be executed by the Contractor, President and Vice-President or Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized
to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid
document.
aw
r
Lake Washington Boulevard Slip Plane
III. PROJECT PROPOSAL CITY OF RENTON
CITY OF RENTON
' Lake Washington Boulevard Slip Plane
PROPOSAL
' TO THE CITY OF RENTON
RENTON,WASHINGTON
' Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
' read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement,or as much thereof as can be
completed with the money available,in accordance with the said plans,specifications and contract
and the following schedule of rates and prices:
' (Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both in
writing and in figures.)
Printed Name:
Signature: f
LI
Address: 4. 7 33c1 g
Names of Members of Partnership: , q 8 3-7 3
OR
r
Name of President of Corporation
Name of Secretary of Corporation
vr f7-0 Ie.
Corporation Organized under the laws of t{/,j&:'1 1#-) S�q4—t
With Main Office in State of Washington at UP W
r.
Lake Washignton Boulevard Slip Plane
r
FEB-22-205 07`•46 CITY OF RENTON PBPW
425 430 7241 P.2?
CITY OF RENTON
PROJECT COST LAKE WASHINGTON RENTON,WA
ESTIMATE BOULEVARD SLIP PLANE
IApprox. Item with Unit Priced Bid Unit Price Total Amount
Item No. Quantity Oft
1
Contractor Supplied Surveying R1-05.6(3)) O
I1 (LS) Pjra:rmnc ump sum �(ws
C� Gtl
1 Control and Signage R1_10)
2 LS $
( ) r(U I sum words
1 n�WS 8-01)
Temp.water Pollution/Erosion Control(R1 07.1
D&D ZI/E)t/T
3 (LS) per lum sum (words)
Utility Potholing(R1.07.17) $650.00 $650.00
4 (FA) $Sdr Hundred Fifty and 00/100
r force account fwnnixil
1 Resolul;on of I-Allay Conflicts(1711-07.17) $950.00 $950.00
5 (FA) $Nine Hundred FIhY and 00/100
per force account wort
1 Mobilization(Rt-09.7) \ ( , zW &-� 00
6 (LS) $ i= u CJ�C�
or lump sum
1 Ciaaon and Grubbing(WSDOT 2-01) C' `�
(LS) $ �T = l' r �2Els 5 'ob - Sate
Dar lump sum wow)
200 Remote and Resettl Beam guardrail(YVSDOT B 11,SPA) U 6
8 (LF) $ (words)r S
r Meal fool
300 Remove Asphalt Concre4@ Pavement(WSDOT 2-02)
9 (SY) $ l t/-2 — '-
' per square yw d (ids)
1 Remove Plaslic Traffic Markings WSDOT&22.3(6)) OCR 00
10 (LS) $ DNt t t)E
er lum eum words
80 Replace Ashalt Concrete Pavement(WSDOT 5-04.2, -04.3) 0—J,11 $ 0 — t2c U� S (�S vc� l
(TON) r ton words
1 install New Traffic RPM Markngs[Type 1)(WSDOT 9-t 8.22.9 .21)
12 (LS) $ ut — V (
er lum sum wor>3s
1200 Soldier ile5 Drilling(SP-2)�
13
(L F) s � %l E �D W S
per lineal foot I (words)
1200 Solchor Piles Malerini(SP--a-
14
(L F) $
or lineal fool words
150 Prefabricated Drainage leri al( P•2-2.04)
15 (SY) $ 1 S W
per square yard words
9 Timber Lagging Installati n(SP•2-2.02,WSDOT 8.09.2) (X1
16 (MBM) $ E a rR W/44 g 1 3
# per thousand board foot words
1 Removing Obsiruclions(SP•2-3.03F,R1-09.6)
17 (FA) ,SFFve Thousand and 00/100 SS,000.00 $5,000.00
par force account (words)
RENTON/LWB LANDSLIDEWA
033-1473-100.500
46
—�- z ra7 425 433 7241 PAGE.O3
FEE-22-2005 �J7:46 CITY OF RENTON PBPW 425 430 7241 P.04iO4
ASHINGTON CITY OF RENTON
PROJECT COST RENTON,WA
ESTIMATE BOULEVARD SLIP PLANE
28 Tieback Permanent Ground`Anchors(SP-1-2,SP-1,3,6.02.2) dU
1 B $ -Ttf f Z It 6 7 ff V tJ�'1"Iv�
(EA) per each words)
SD
3 Tlebadc Perlomtiance Ts�rPJ-13.odD) L
19 (EA) $ ONt
r each Woff'
1 Tieback Verikcallon Test Program(SP-1-1049)
20 S l
(LS) words)TA
per lump gum U d-j
1000 LExcavalion kx Laggi 9 Ins Ion
21 (CY) C
Per cubic d words
1000 Removal 01500 Spoil from SK (WS 7 2.03.3(1))
22 $ & s
(C� r cubic yard (words)
1 Hycirosaacling and Planting(WSDOT 9-142)
23
(LS) r lu sum words //1*-rfJ
1 Erosion Contol(Jute)Matting(WSDOT 9 4.5)
24 (LS) $ Ee 1)S
per lump sum (WO
1 Topsoil Typo A(WSDOT 9.14)
25 (LS)
S v E- US 5 S avi 000
Per lump sum words
1 Finish and Clean-up(R1-04,11) 57& 6—u
26 (LS)
per lum sum words
TOTAL: - -
(words)
RENTON/LWB LANDSLIDE/WA
033-1473-100.500
TOTAL P.04
III. PROJECT PROPOSAL CITY OF RENTON
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. DATE v'' -O
NO. DATE - 22 -oS
NO. DATE
SIGNED l ,-
TITLE 'C R T �iR 4a-
NAME OF COMPANY �/V��7�1Zr/�STCtC
ADDRESS d. rx 3399
CITY/STATE/ZIP
TELEPHONE �S3 �?CS'o?3 7
' CITY OF RENTON STATE CONTRAC ORS
BUSINESS LICENSE# S O LICENSE# � �/)�7 �.��f$9G
Lake Washington Boulevard Slip Plane
III. PROJECT PROPOSAL CITY OF RENI'ON
BID BONT?FORM
Herewith find deposit in the form of a certified check, cashier's cheep, cash, or bid bond in the
amount of$ which amount is not less thall five percent of the total bid.
Signature
Know All Men by These Presents.'
That we, Northwest Cascade, Inc. J Y , as Principal, and
*Safeco Insurance Company of as Surety, are held and firmly bound UntR the City
mo BodlZenton,
as Obligee, in the penal Sum of Five Percent (5%) of the Total
mount- for the
payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators,
successors and assigns,jointly and severally,by these presents. *America
The condition of this obligation is syrh �t if the Obligee shall make any award to the Principal for
Lake Washington Boulevard ac�r ng
ape terrrls of the proposal or bid made by the Principal
therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall,in case of failure to
do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then
this obligation Shall be null and void; otherwise it shall be and remain in full force and effect and the
Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount
of this bond.
SIGNED, SEALED AND DATED THIS 22nd DAY F,February V
No west Cas K
I By.
Princip
Safec Insurance Company of America
Surety Karen Swanson, Attorney-in,Fa.ct
Received return of deposit in the sum of$
I
I
I
Lake Washington Boulevard Slip Plane
** TOTAL PAGE.03
S /� C C G O� POWER SAFECO INSURANCE COMPANY OF AMERICA
/�',► r OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE,WASHINGTON 98185
No. 634
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each
hereby appoint
**PETER J.COMFORT;KAREN SWANSON;ERIC A. ZIMMERMAN; STACY CUTBIRTH;KIP W.VANDEVENTER;KRISTINE LAWRENCE;LISA KERSTETTER;
JAMES B.BINDER; BRENT E.HEILESEN;JOANNE REINKENSMEYER;WHITNEY NORRIS; SARAH Di LORETO;JENNIFER BAUMGARTNER;ANNE E.
STRIEBY;KELLIE HOGAN;LuANN UNRUE;Tacoma,Washington***********************************************************************************
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar
character issued in the course of its business,and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 30th day of Scptcmbcr 2004
CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority
or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,
however,that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V,Section 13 of the By-Laws,and
(ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof."
1, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify
that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,
are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation
this �pZif.L,Q day of
C�OAp yJ�P�CE C014,9�o
$ V CORPORATE
SEAL a y SEAL A
X
s, 1953 192's
AlFof Of wd9�� CHRISTINE MEAD,SECRETARY
S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation
09/30/2004 PDF
III. PROJECT PROPOSAL CITY OF RENTON
r
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of$ which amount is not less than five percent of the total bid.
r
Signature
r
Know All Men by These Presents:
r
That we, as Principal, and
as Surety, are held and firmly bound unto the City of Renton,
.. as Obligee, in the penal sum of Dollars, for the
payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators,
successors and assigns,.jointly and severally,by these presents.
r
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
according to the terms of the proposal or bid made by the Principal
therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall,in case of failure to
do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then
this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the
Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount
of this bond.
r
+ SIGNED, SEALED AND DATED THIS DAY OF , 200_.
.. Principal
+ Surety
r Received return of deposit in the sum of$
r
r
+
Lake Washington Boulevard Slip Plane
r
III. PROJECT PROPOSAL CITY OF RENTON
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
+� further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
r AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in
fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-
charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under ,
order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall a
.. any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Name of Project
� C•
r. Name idder's Firm
.. atur Authorized Representative of Bidder
Subscribed and sworn to before m� ��, „� sy of 200-5.
N0TAR y _
~ ~ Public in and for the tate of Washington
_ z'�• PUBLIC -a' g
'• F OF W AS\nary (Print)appointment u p i�rc e sr:te 0_ S P-/U� S. S
Lake Washington Boulevard Slip Plane
r
III. PROJECT PROPOSAL CITY OF RENTON
BUY AMERICAN CERTIFICATE JAN (1991)
By submitting a bid/proposal under this solicitation, except for those items listed by the
offeror below or on a separate and clearly identified attachment to this bid/proposal, the
offeror certifies that steel and each manufactured product, is produced in the United
States (as defined in the clause Buy American - Steel and Manufactured Products or
Buy American — Steel and Manufactured Products for Construction Contracts) and that
components of unknown origin are considered to have been produced or manufactured
outside the United States.
Offerors may obtain from City of Renton Municipal Airport lists of articles, materials, and
supplies excepted from this provision.
PRODUCT COUNTRY OF ORIGIN
TO BE INCLUDED IN SOLICITATIONS
Lake Washington Boulevard Slip Plane
III. PROJECT PROPOSAL CITY OF RENTON
NOTICE TO BIDDERS
BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991)
(a) The Aviation Safety and Capacity Expansion Act of 1990 provides that
preference be given to steel and manufactured products produced in the United States
when funds are expended pursuant to a grant issued under the Airport Improvement
Program. The following terms apply:
1. Steel and manufactured products. As used in this clause, steel and
manufactured products include (1) steel produced in the United States or (2) a
manufactured product produced in the United States, if the cost of its
components mined, produced or manufactured in the United States exceeds 60
percent of the cost of all its components and final assembly has taken place in
the United States. Components of foreign origin of the same class or kind as the
products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic.
2. Components. As used in this clause, components means those articles,
materials, and supplies incorporated directly into steel and manufactured
products.
3. Cost of components. This means the costs for production of the
components, exclusive of final assembly labor costs.
(b) The successful bidder will be required to deliver only domestic steel and
manufactured products, except those-
(1) that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, are not produced in the
United States in sufficient and reasonably available quantities and of a
satisfactory quality;
(2) that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, that domestic preference
would be inconsistent with the public interest; or
(3) that inclusion of domestic material will increase the cost of the overall project
contract by more than 25 percent.
(End of Clause)
TO BE INCLUDED IN SOLICITATIONS
Lake Washington Boulevard Slip Plane
111. PROJECT PROPOSAL CITY OF RENTON
BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991)
(a) The Contractor shall deliver only domestic steel and manufactured products
under this contract as defined in paragraph (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, steel and
manufactured products include (1) those produced in the United States or (2) a
manufactured product produced in the United States, if the cost of its
components mined, produced or manufactured in the United States exceeds 60
percent of the cost of all its components and final assembly has taken place in
the United States.
2. Components. As used in this clause, components means those articles,
materials, and supplies incorporated directly into steel and manufactured
products.
3. Cost of components. This means the costs for production of the
components, exclusive of final assembly labor costs.
(End of Clause)
TO BE INCLUDED IN CONTRACTS
Lake Washington Boulevard Slip Plane
.. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
r
IV
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
Lake Washington Boulevard Slip Plane
W. CONTRACT DOCUMENT FORMS CITY OF RENTON
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned
.. as principal, and corporation organized and existing
under the laws of the State of 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$ for the payment of which sum on demand we bind ourselves and our
successors,heirs, administrators or person representatives, as the case may be.
w
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
~ Dated at ,Washington,this day of ,200_.
Nevertheless,the conditions of the above obligation are such that:
«r
WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-008 providing for
w. construction of
(project name)
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
r 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
aw 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.
40
Principal Surety
1W
Signature Signature
up
Title Title
Lake Washington Boulevard Slip Plane
r
,., IV.CONTRACT DOCUMENT FORMS
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this day of , 200 by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and , hereinafter referred to
• as "CONTRACTOR."
WITNESSETH:
+�r
1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date of
commencement hereof as required by the Contract, of which this agreement is a component part)
,P 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 05-008) for
improvement by construction and installation of:
Work as described in"Scope of Work"included in bid documents.
•r
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
+P 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 Consultant agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
•
a) This Agreement
b) Instruction to Bidders
„r. c) Bid Proposal
d) Specifications
e) Maps and Plans
,w f) Bid
g) Advertisement for Bids
h) Special Provisions,if any
i) Technical Specifications, if any
Lake Washington Boulevard Slip Plane
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as
will insure its completion within the time specified in this Contract, or any extension in writing .
thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a
bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a
receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his
subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made,this Contract, shall, upon the expiration of said ten (10)day period, cease and terminate in
every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
~ and perform the Contract, provided, however, that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty (30) days from the date of serving such notice, the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment, plants and other properties belonging to the Contractor as may be on site
•.r 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. 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.
a
Lake Washington Boulevard Slip Plane
w
6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
+ party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
depositing same in the United States mail,postage prepaid,certified or registered mail.
• 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than
120 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
there from 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
r, sole cost and expense of 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 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.
•
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.
.r
+
•
+ Lake Washington Boulevard Slip Plane
r.
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
"P right-of-way.
12) The total amount of this contract is the sum of
numbers
r
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
4W in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-
written.
•
CONTRACTOR CITY OF RENTON
..
President/Partner/Owner Mayor
ATTEST
W
Secretary City Clerk
•
dba
Firm Name
check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in
Attention:
4W 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.
Lake Washington Boulevard Slip Plane
W N. CONTRACT DOCUMENT FORMS CITY OF RENTON
„w CITY OF RENTON INSURANCE INFORMATION FORM
FOR:
PROJECT NUMBER: STAFF CONTACT:
Certificate of Insurance indicates the coverages/]imits
+r specified in contract? ❑ Yes ❑ No
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
+w
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No
(If no,attach a copy of the policy with required coverages
clearly identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No
Additional Insured wording provided?* ❑ Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No
Waiver of Subrogation Clause applies?* ❑ Yes ❑ No
Severability of Interest Clause(Cross Liability) applies? ❑ Yes ❑ No
ws
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No
*To be shown on certificate of insurance
»
AM BEST'S RATING FOR CARRIER:
�• GL Auto Umb Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration
pages FROM awarded bidder prior to execution of contract.
a
Agency/Broker Completed By(Type or Print Name)
aw
Address Completed By(Signature)
Name of person to contact Telephone Number
NOTE: THIS Q UESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED
"w TO CERTIFICATE OF INSURANCE
Rev 1/95
rw
Lake Washington Boulevard Slip Plane
1W
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
CITY OF RVfrO 17NSURANCE I"GFWA'Tr0N FORM
FOR; ABC Construction Company; install and Remove USTs and build Fire
. Renton 3.00 John Q. Publicemployee
I:1tt7JECT NIIMBEIL ��FF C4t�TTAC'f:
Certificate of ii=.mwe mcates the cot'eragcsltimits
spocWed In conuact7 Y ❑ No
Ate the<followmg eovrraps andfor conditions in effect? P0 Yes Ci No
..
The CorimmesciA General Llability poiiey form is.an
ISO 1993 Oc=r w Foam or Eci fV11cm? -10 Yes 0 No
MP
(ttm,.+ .a oapya�`tde po�i�iw6t}i tegisned oorisec
C0 004S.Amendatory Endozsc c provided?* Qc Yes a NO
1w
G PI.Agjjregwz provided on a Wpm--taxis(CO2503)?* eyes ❑ No
A Woaat Insu-cd-uvditig provided?* c Yes ❑ No
ca"Mgc oa a primary bags and-son-cocctnbtuiug basis?* MK Yes 0 No
Wabw of subtogadon Clause<2 w$?* SK Ycs E3 No
Seymbaity of°Inurat Clause(Cross Lbbiiity)applies? XK YeS: © No
r.
Nod=.of Cw+c Mt arWon.itew%%.d amended to.45 days?* $k Yts a NO
7a be-rhow on a rroJ2,4 u.of hmnmoe
Ajd RpS RATWO FOR CAYi;tMW
..
Chi, Axe Auto Ub i�tafesslanai A++ XV
2 QuestfonsWrc is>ixsual.as a tmauer ofinfoamdon. TWsqi=tiwft2i,rc.isoot:gabnm=poffcyud
= not au=4 emend or ally the rage afforded OY the policies indicated' ore the SUWAcd
'C.ERTjlCA�'E OF W.SURANCL The CtrY OF RY�'IM-at its:cpdon..halt:obtain copies of tha
polls aadtar spec dedwtian pages MOM-avv*n ed biddar* :axo=on:of contrac L
Arthur J. Gallagher .& Co
-Priscilla McCoy
M=cy/Broker Complew By(Ty- o or p riot Name)
7900 E. Union Ave, DeT O'c
A„ddmss Comple!cd By(Signa=0
Priscilla McCoy 303-773 -9999
.. Nam of pam to 0onmet Telephone Hmber
lllt?TEr"1"H1S Qt1 7QNNRfRE 1 US?°BE COMI't.I M AND.47TA W TO CERVRCATE OJ7
fil�S'l1tiA1V�`L�`
S MEN
PECI
Monster Road Bridge Repair
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
� � 9• c" V V ^' $ �'.! LSSifE Gl IO.Wl.7lStY1•,
& w �.P
'4roacx �v THIS CVMFICATE IS ISSUED AS A MATIEA OF WFO#WrsON ONLY AN
COMrIM.S NO f3WHT UPON TfiC- CEI"rTiFIC M- HOLDeR. THIS L%—R!'I MT
DOES NOT AMMO, EATEND OR ALTER THE COVE'RAOE AFFORDED BY TI
1 AFri7=j..IQ,1,f�b(=-W-NTJW Pol.ICiEsv Bf:WWI
7YOa E ZW ON AMWX SY. N 20C
12i°doYLft co as 7•x737 COMPANIES AFFORDING COVERAGE
tgasj ckxkv r
tEtT A
� asrn c c�stcuzx starzszrcczs�*�,ut�
sr.Wr"a RccOr s..._M.,..........................__... ..... ..,. »...__.. .»..._........_................ ....__..........._............_.........
__...._----------- _ .........._ _............................................ .._.:.mss SAW' S FFRFSt+trstv,-ZD4WSURANCECaas.FAl
CQt,( AW C fY1Y7f31►riL iClfGbIKF7FLL�334�ZlR.ShCJECL16ft'tfYl
.i�r cUNSTRrclrar!aa�uE.az+ . . __. .. ..............
LEl�E?1» _ ........... . _.._.._^_.....
1QP6.fr�sx.ia�xrar cx�fwrC,•� I�
f91'IOAA vrc ac+aoo
.Lmuz
ccwAw
E mail
_.........w
I.t:'nw............ .TMM-M t..4hTCFy THATTMtr MXAES or MURANCE U$M SaOW PAVE BEEN"SUED TO THE 34IS pzD VAMED ASVMI=Oi3 THE FDt)Gf P-MOD
iP1f}SCA'I"M NATNtIVXrAti ?4,a AW ItEC2tJiMUEIl7: I£ft4t Qft L`QNC)I1EON Of A16Y COh;Fir.CT OR OTHER C�Ovt.`hiL Elr WI'm fLc.S(E0 TO vmtcti THIS
C E;TCEiCATE Kky lie IUD OR MAY PERTAK THE 3t�MfWC£RfFOR�O flY TF(E f�OLCtY£9 D;�CRi2ED EiEfi�+J L^s&16JEC7 7Q ALL T}FE T[R3dS,
S==IOM ,ARC CORfSITFOM OF 9UCi IO#.IML LA= 5tiCW4 WAY H4YE W£EH REDUCED By PAJO CI,RNe,
�e, ._..,.... .......•......_. .....,..�..._,............ ................._. •• Y£fft;�11Y�'PgBiG'i�F3RA1`7tsYC ....................._.....___....
titti'f b
�� T't4°ECd'tPS..'Yi4SIJCCt� S t?s011CYlttrid�t2t i t7�7E AYS I (t+Cfl°
_ �' � asplgr5 t az�alv6' aB.NEftaf.ACtC�t.?.A7'E x..»».ROOGOC►:a�
r�cxaatxx3oa+�z
t�,�tkeSl�uAE 9 .7C:QGCx!>�j ,»,•�„ D09,?o0
»�.: (C,cy.srsc!AEgregusc � �
Aw�ER'S&C(SttTFiJt�Sf°f►.lf. � a�mDtdespx7-,I»•td+�a) = G� S aria .
is �JtitlftC{it�yontsCas3 S 01w
SYf3i°CAP LEA.SNf ........... _
btBC3 flcT'Ef76E SFm'otw►pn4a13 fs
Atf1D13tYfliLUA9ti17! AfF3Y31raa6oP95 Gzdt�9S c 4ta�T136 '�Ra�aLE is 4aa0a00
i
iAlf.>'JV1t1&'Y3kf3ILFS i'PAW pw-r� iE
'1i�£T71K/tLY3 �+7l,Cddax,` •_
3tAJld•!�4'tlaF1J ALtYC6
3�AFS,oCsir i i i�C�tY AAE.fi.GC I•
#SCXCS3ttiA834.d3'Y ` ,YLL6l�OD�O.9yS = a1MtoS
l" EflFOFW i
I ,Y 7"r{$i T}11lN tAa3PS��311 +t .` Al. .f«MINE Rnl
{{ l4'q{Cf�t'$�� r.�fZflRatlVLE.�JxYJ7ttSXlTf1;$ I OI'N'tt9S
t
EKPr13RY'1?L17.M3sL3�k�FC E !F.1,CS{�Lt7.�GE�C .
ltDIID [#a"feiSB("-P4EX.'Ytl3.tlt' ......w....��...........................
f�dPifJYlER'8 tIh1tQ.�7Y ' r.......... ............P....,..........._.T...._...._........_..«........
it7 lVIE"1�7ii•f:JdtiFiEDAPLI'!YW :C
OM 2 ON
? � 3 Q1h7YFJO' t S aaV,aco1'EXI.r?s3•
Pt3t!.3lZltkY tlER�S.!+� P'U);ZIi7lXI�7V�5 411P1b?f f1�dlii�?,6GAt3�;cazte'S-
i .(^r;<iR3� ltitt5 P.T32PfiA,JErL7'
�(cw fl�E�kitTSOfdffJt:Gl,J�lSiaCt.�5J3>r'> .IYEIA'J ,E E,
t + `TF,.tGr`$'.R1�YS� 7Z� XFttvS2;1.C,T.s�`1QX.dhtX3RF.dA'4Ye.LtIP'LM73. + 4�°2J,l VCS'12�;fZF.d3�t1�FGC4AtKS]".CtfJ��7'XOtl�D1�'P `'
crx�^u,��ls ivnOtrrS,tfst.atutrr7on�A�,rrtsx�Rrs3 otr�,r aocumtxv, .ea'r�xr�Ctsarat��CtNrru[.�: 1 �t2r'xznx�o�tTrc7t.
at➢ rrlcYrsanr. �a.:src.crramsr�vrr,�s� ' cau�rm�c�oravnarrsrsraxrpuarrzsza
VIP
WOULD my QF THE ABOVE OE'%LAf Sm N11 mg; BE CSKC£(,t.Ex3 8�oRE TtSt?
Attention: MIKE WEBBY �iRATIOM DA7G rHtef . THE MSIA t4 COMPAW V011.
CITY OF RENTON,WASHINGTON MAIL E1 DAYS�7TEt4 t+tovicE 7th THE CEIil'IF=TE HOLDER tJ1►.6ROr TO THE
1055 SOUTH GRADY WAY
RENTON,WA 98055
3 Aurss �x�
e.•�„�-zac...:Z`rv1
Monster Road Bridge Repair
V. CONTRACT SPECIFICATIONS CITY OF RENTON
ow
V
.. CONTRACT SPECIFICATIONS
ow
..
am
qw
Lake Washington Boulevard Slip Plane
%w
V.CONTRACT SPECIFICATIONS CITY OF RENTON
CITY SPECIFICATIONS
Lake Washington Boulevard Slip Plane
1 SPECIAL PROVISIONS
2
4 GENERAL REQUIREMENTS
5
6 1-01 DEFINITIONS AND TERMS
7
8 1-01.1 General
9 Section 1-01.1 is supplemented with:
10 (......)
11 Whenever reference is made to the State, Commission, Department of Transportation,
12 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be
13 deemed to mean the City of Renton acting through its City Council, employees, and duly
14 authorized representatives for all contracts administered by the City of Renton.
15
16 1-01.3 Definitions
17 Section 1-01.3 is revised and supplemented by the following:
18 (......)
19 Act of god
20 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
21 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for
22 the specific locality of the work, which might reasonably have been anticipated from
23 historical records of the general locality of the work, shall not be construed as an act of god.
24
25 Consulting Engineer
26 The Contracting Agency's design consultant, who may or may not administer the
27 construction program for the Contracting Agency.
28
29 Contract Price
30 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
31 properly executed change orders.
32
33 Day
34 Unless otherwise designated, day(s) as used in the Contract Documents, shall be
35 understood to mean working days.
36
37 Engineer
38 The City Engineer or duly authorized representative who is a currently licensed registered
39 engineer in the State of Washington, or an authorized member of a licensed consulting firm
40 retained by Owner for the construction engineering of a specific public works project.
41
42 Inspector
43 Owner's authorized representative assigned to make necessary observations of the work
44 performed or being performed, or of materials furnished or being furnished by Contractor.
45
46 Or Equal
47 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency
48 on recommendation of the engineer, shall be the sole judge of the quality and suitability of
49 the proposed substitution.
50 The responsibility and cost of furnishing necessary evidence, demonstrations, or other
51 information required to obtain the approval of alternative materials or processes by the
52 Owner shall be entirely bome by the Contractor.
53
54 Owner
55 The City of Renton or its authorized representative also referred to as Contracting Agency.
56
57 Performance and Payment Bond
58 Same as "Contract Bond" defined in the Standard Specifications.
59
Lake Washington Boulevard Slip Plane
w 1 Plans
2 The contract plans and/or standard plans which show location, character, and dimensions of
3 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may
4 either be bound in the same book as the balance of the Contract Documents or bound in
5 separate sets, and are a part of the Contract Documents, regardless of the method of
6 binding. The terms "Standard Drawings" or "Standard Details" generally used in
7 specifications refers to drawings bound either with the specification documents or included
8 with the Plans or the City of Renton Standard Plans.
9
10 Points
11 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
12 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal
13 and vertical control of the work.
14
15 Provide
16 Means "fumish and install" as specified and shown in the Plans.
17
18 Secretary, Secretary of Transportation
19 The chief executive officer of the Department and other authorized representatives. The
20 chief executive officer to the Department shall also refer to the Department of
21 Planning/Building/Public Works Administrator.
22
23 Shop Drawings
24 Same as "Working Drawings" defined in the Standard Specifications.
25
26 Special Provisions
27 Modifications to the standard specifications and supplemental specifications that apply to an
28 individual project. The special provisions may describe work the specifications do not cover.
29 Such work shall comply first with the special provisions and then with any specifications that
30 apply. The Contractor shall include all costs of doing this work within the bid prices.
31
32 State
33 The state of Washington acting through its representatives. The State shall also refer to The
34 City of Renton and its authorized representatives where applicable.
35
36 Supplemental Drawings and Instructions
37 Additional instructions by Engineer at request of Contractor by means of drawings or
38 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such
39 drawings and instructions are consistent with the Contract Documents.
40
41 Utility
42 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
43 communications and shall be understood to include tracks, overhead and underground
44 wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
45
46
47 1-02 BID PROCEDURES AND CONDITIONS
48
49 1-02.6 Preparation of Proposal
50 The third paragraph is revised as follows:
51 (******)
52 All prices shall be in legible figures and words written in ink or typed. The proposal shall
53 include:
54 1. A unit price for each item (omitting digits more than four places to the right of the
55 decimal point), each unit price shall also be written in words; where a conflict arises the
56 written words shall prevail.
57
58 1-02.6(1) is a new section.
Lake Washington Boulevard Slip Plane 2
1 1-02.6(1) Proprietary Information
2 Vendors should, in the bid proposal, identify clearly any matedal(s) which constitute
3 "(valuable) formula, designs, drawings, and research data" so as to be exempt from
4 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt,
5 along with a Statement of the basis for such claim of exemption. The Department (or
6 State) will give notice to the vendor of any request for disclosure of such information
7 received within 5 (five) years from the date of submission. Failure to so label such
8 materials or failure to timely respond after notice of request for public disclosure has
9 been given shall be deemed a waiver by the submitting vendor of any claim that such
10 materials are, in fact, so exempt.
11
12 1-02.12 Public Opening of Proposals
13 Section 1-02.12 is supplemented with the following:
14 (******)
15 The Contracting Agency reserves the right to postpone the date and time for bid opening.
16 Notification to bidder will be by addenda.
17
18 1-03 AWARD AND EXECUTION OF CONTRACT
19
20 1-03.1 Consideration of bids
21 Section 1-03.1 is supplemented with the following:
22 (******)
23 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
24 unless so stated in the call for bids or special provisions. The City reserves the right however
25 to award all or any schedule of a bid to the lowest bidder at its discretion.
26
27 1-03.2 Award of Contract
28 Section 1-03.2 is supplemented with the following:
29 (******)
30 The contract, bond form, and all other forms requiring execution, together with a list of all
31 other forms or documents required to be submitted by the successful bidder, will be
32 forwarded to the successful bidder within 10 days of the award. The number of copies to be
33 executed by the Contractor shall be determined by the Contracting Agency.
34
35 1-03.3 Execution of Contract
36 Section 1-03.3 is revised and supplemented as follows:
37 (******)
38 Within 10 calendar days after receipt from the City of the forms and documents required to
39 be completed by the Contractor, the successful bidder shall return the signed Contracting
40 Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a
41 satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by
42 the Contracting Agency, the successful bidder shall provide any pre-award information the
43 Contracting Agency may require under Section 1-02.15.
44
45 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
46 Agency nor shall any work begin within the project limits or within Contracting Agency-
47 furnished sites. The Contractor shall bear all risks for any work begun outside such areas
48 and for any materials ordered before the contract is executed by the Contracting Agency.
49
50 If the bidder experiences circumstances beyond their control that prevents return of the
51 contract documents within 10 calendar days after the award date, the Contracting Agency
52 may grant up to a maximum of 10 additional calendar days for return of the documents,
53 provided the Contracting Agency deems the circumstances warrant it.
54
55 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
56 Contractor who is not registered or licensed as required by the laws of the state. In addition,
57 the Contracting Agency requires persons doing business with the Contracting Agency to
58 possess a valid City of Renton business license prior to award.
59
Lake Washington Boulevard Slip Plane 3
1 When the Bid Form provides spaces for a business license number, a Washington State
2 Contractors registration number, or both the Bidder shall insert such information in the
3 spaces provided. The Contracting Agency requires legible copies of the Contractor's
4 Registration and business license be submitted to the Engineer as part of the Contracting
5 Agency's post-award information and evaluation activities.
6
7 1-04 SCOPE OF WORK
8
9 1-04.2 Coordination of Contract Documents, Plans, Special Provisions
10 Specifications, and Addenda
11 Revise the second paragraph to read:
12 (******)
13 Any inconsistency in the parts of the contract shall be resolved b following this order of
14 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth
15 1. Addenda,
16 2. Proposal Form,
17 3. Special Provisions,
18 4. Contract Plans,
19 5. Amendments to Division 1-99 APWA Supplement
20 ,6. Amendments to the Standard Specifications,
21 Z X Division 1-99 APWA Supplement
22 WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
23 Construction
24 Contracting Agency's Standard Plans (if any)
25 t WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
26
27 Section 1-04.3 is a new section:
28 ******)
29 -04.3 Contractor-Discovered Discrepancies
30 Upon receipt of award of contract, Contractor shall carefully study and compare all the
31 components of the Contract Documents and other instructions, and check and verify all field
32 measurements. Contractor shall, prior to ordering material or performing work, report in
33 writing to Engineer any error, inconsistency, or omission in respect to design or mode of
34 construction, which is discovered. If Contractor, in the course of this study or in the
35 accomplishment of the work, finds any discrepancy between the Plans and the physical
36 condition of the locality as represented in the Plans, or any such errors or omissions in
37 respect to design or mode of construction in the Plans or in the layout as given by points and
38 instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and
39 Engineer will promptly check the same. Any work done after such discovery, until correction
40 of Plans or authorization of extra work is given, if Engineer finds that extra work is involved,
41 will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided
42 in Section 1-04.4 of the Standard Specifications.
43
44 1-04.4 Changes
45 The last two paragraphs are replaced with the following:
46 (******)
47 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will
48 evaluate such proposals by the Contractor on a case-by-case basis.
49
50 1-04.8 Progress Estimates and Payments
51 Section 1-04.8 is supplemented as follows:
52 (******)
53 The Contractor is encouraged to provide to the Engineer prior to progress payments an
54 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions
55 shall be final in regard to the actual percentage of any lump sum pay item accomplished and
56 eligible for payment unless another specific method of calculating lump sum payments is
57 provided elsewhere in the specifications.
58
Lake Washington Boulevard Slip Plane 4
1 1-04.11 Final Cleanup
2 Section 1-04.11 is supplemented as follows:
3 (******)
4 All salvage material as noted on the plans and taken from any of the discarded facilities
w 5 shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops.
6 Any cost incurred in salvaging and delivering such items shall be considered incidental to the
7 project and no compensation will be made.
8
9 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all
10 work, equipment and materials required to perform final cleanup. If this pay item does not
11 appear in the contract documents then final clean up shall be considered incidental to the
12 contract and to other pay item and no further compensation shall be made.
13
14 1-05 CONTROL OF WORK
15
16 1-05.4 Conformity With and Deviation from Plans and Stakes
17 Section 1-05.4 is supplemented with the following:
18 (******)
19 If the project calls for Contractor supplied surveying, the Contractor shall provide all required
20 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11
21 and elsewhere in these specifications as being provided by the Engineer. All costs for this
22 survey work shall be included in "Contractor Supplied Surveying," per lump sum.
23
24 The Engineer or Contractor supplied surveyor will provide construction stakes and marks
25 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such
26 work per Section 1-11. The Contractor shall assume full responsibility for detailed
27 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor
28 supplied surveyor furnished stakes and marks.
29
30 The Contractor shall provide a work site which has been prepared to permit construction
31 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or
32 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours
33 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting
34 stakes.
35
36 The Contractor shall carefully preserve stakes, marks, and other reference points, including
37 existing monumentation, set by Contracting Agency forces. The Contractor will be charged
38 for the costs of replacing stakes, markers and monumentation that were not to be disturbed
39 but were destroyed or damaged by the Contractor's operations. This charge will be deducted
40 from monies due or to become due to the Contractor.
41
42 Any claim by the Contractor for extra compensation by reason of alterations or
43 reconstruction work allegedly due to error in the Engineer's line and grade, will not be
44 allowed unless the original control points set by the Engineer still exist, or unless other
45 satisfactory substantiating evidence to prove the error is furnished the Engineer. Three
46 consecutive points set on line or grade shall be the minimum points used to determine any
47 variation from a straight line or grade. Any such variation shall, upon discovery, be reported
48 to the Engineer. In the absence of such report the Contractor shall be liable for any error in
49 alignment or grade.
50
51 The Contractor shall provide all surveys required other than those to be performed by the
52 Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING
53 STANDARDS of these specifications.
54
55 The Contractor shall keep updated surve field notes in a standard field book and in a format
56 set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work
57 performed by the Contractor's surveyor in establishing line, grade and slopes for the
58 construction work. Copies of these field notes shall be provided the Engineer upon request
Lake Washington Boulevard Slip Plane 5
1 and upon completion of the contract work the field book or books shall be submitted to the
2 Engineer and become the property of the Contracting Agency.
3
4 If the survey work provided by the Contractor does not meet the standards of the Engineer,
- 5 then the Contractor shall, upon the Engineer's written request, remove the individual or
6 individuals doing the survey work and the survey work will be completed by the Engineer at
7 the Contractor's expense. Costs for completing the survey work required by the Engineer will
8 be deducted from monies due or to become due the Contractor.
9
10 All costs for survey work required to be performed by the Contractor shall be included in the
11 prices bid for the various items which comprise the improvement or be included in the bid
12 item for "Contractor Supplied Surveying" per lump sum if that item is included in the
13 contracts.
14
15 Section 1-05.4(3) is a new section:
17 1-05.4(3) Contractor Supplied Surveying
18 When the contract provides for Contractor Supplied Surveying, the Contractor shall
19 supply the survey work required for the project. The Contractor shall retain as a part of
20 the Contractor Organization an experienced team of surveyors under the direct
21 supervision of a professional land surveyor licensed by the State of Washington. All
22 survey work shall be done in accordance with Sections 1-05.4 and 1-11.
23
24 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
25 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor
26 from constructing the project in a manner satisfactory to the Engineer. All errors,
27 discrepancies, and omissions must be corrected to the satisfaction of the Engineer
28 before the survey work may be continued.
29
30 The Contractor shall coordinate his work with the Surveyor and perform his operations
31 in a manner to protect all survey stakes from harm. The Contractor shall inform the
32 Surveyor of the Contractor's intent to remove any survey stakes and/or points before
33 physically removing them.
34
35 The surveyor shall be responsible for maintaining As-Built records for the project. The
36 Contractor shall coordinate his operations and assist the Surveyor in maintaining
37 accurate As-Built records for the project.
38
39 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these
40 plans and specifications, accurate As-Built records and other work the Engineer deems
41 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to
42 provide all As-Built records and other work as directed by the Engineer. The Engineer
43 shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed
44 to the Contractor.
45
46 Payment per Section 1-04.1 for all work and materials required for the full and complete
47 survey work required to complete the project and as-built drawings shall be included in
48 the lump sum price for"Contractor Supplied Surveying."
49
50 Section 1-05.4(4) is a new section:
51 (*,�****)
52 1-05.4(4) Contractor Provided As-Built Information
53 It shall be the contractors responsibility to record the location prior to the backfilling of
54 the trenches, by centerline station, offset, and depth below pavement, of all existing
55 utilities uncovered or crossed during his work as covered under this project.
56
57 It shall be the contractors responsibility to have his surveyor locate by centerline station,
58 offset and elevation each major item of work done under this contract per the survey
59 standard of Section 1-11. Major items of work shall include but not be limited to:
60 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction
Lake Washington Boulevard Slip Plane 6
1 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in
2 Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
3
4 After the completion of the work covered by this contract, the contractors surveyor shall
5 provide to the City the hard covered field book(s) containing the as-built notes and one
6 set of white prints of the project drawings upon which he has plotted the notes of the
7 contractor locating existing utilities, and one set of white prints of the project drawings
8 upon which he has plotted the as-built location of the new work as he recorded in the
9 field book(s). This drawing shall bear the surveyors seal and signature certifying it's
10 accuracy.
11
12 All costs for as-built work shall be included in the contract item "Contractor Supplied
13 Surveying," lump sum.
14
15 1-05.7 Removal of Defective and Unauthorized Work
16 Section 1-05.7 is supplemented as follows:
17 (******)
18 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance
19 with the intent of the Contract and without expense to Owner, and shall bear the expense of
20 making good all work of other contractors destroyed or damaged by such removal or
21 replacement.
22
23 If Contractor does not remove such condemned work and materials and commence re-
24 execution of the work within 7 calendar days of notice from Engineer, Owner may correct the
25 same as provided in the Standard Specifications. In that case, Owner may store removed
26 material.
27
28 If Contractor does not pay the cost of such removal and storage within 10 calendar days
29 from the date of the notice to Contractor of the fact of such removal, Owner may, upon an
30 additional 10 calendar days' written notice, sell such materials at public or private sale, and
31 deduct all costs and expenses incurred from moneys due to Contractor, including costs of
32 sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any
33 such sale. Contractor shall be liable to Owner for the amount of any deficiency from any
34 funds otherwise due Contractor.
35
36 1-05.10 Guarantees
37 Section 1-05.10 is supplemented by adding the following:
38 (******)
39 If within one year after the Acceptance Date of the Work by the Contracting Agency,
40 defective and unauthorized Work is discovered, the Contractor shall promptly, upon written
41 order by the Contracting Agency, return and in accordance with the Engineer's instructions,
42 either correct such Work, or if such Work has been rejected by the Engineer, remove it from
43 the Project Site and replace it with non defective and authorized Work, all without cost to the
44 Contracting Agency. If the Contractor does not promptly comply with the written order to
45 correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency
46 reserves the right to have defective and unauthorized Work corrected or removed and
47 replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized
48 Work."
49
50 The Contractor agrees the above one year limitation shall not exclude or diminish the
51 Contracting Agency's rights under any law to obtain damages and recover costs resulting
52 from defective and unauthorized work discovered after one year but prior to the expiration of
53 the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or
54 liability expressed or implied arising out of a written agreement.
55
56 The Contractor shall warrant good title to all materials, supplies, and equipment purchased
57 for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat
58 or impair the right of persons furnishing materials or labor, to recover under any bond given
59 by the Contractor for their protection, or any rights under any law permitting such persons to
60 look to funds due the Contractor in the hands of the Contracting Agency.
Lake Washington Boulevard Slip Plane 7
1
2 The provisions of this paragraph shall be inserted in all subcontracts and material contracts,
3 and notice of its provisions shall be given to all persons furnishing materials for the Work
4 when no formal contract is entered into for such materials.
5
6 1-05.11(3) Operational Testing
7 Section 1-05.11(3) is supplemented as follows:
8
9 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a
10 minimum of 3 working days' notice of the time for each test and inspection. If the
11 inspection is by another authorit y ineer,
than En ,
g Contractor shall give Engineer a
12 minimum of 3 working days' notice of the date fixed for such inspection. Required
13 certificates of inspection by other authority than Engineer shall be secured by
14 Contractor.
15
16 1-05.14 Cooperation with Other Contractors
17 Section 1-05.14 is supplemented as follows:
18 (******)
19 Contractor shall afford Owner and other contractors working in the area reasonable
20 opportunity for the introduction and storage of their materials and the execution of their
21 respective work and shall properly connect and coordinate Contractor's work with theirs.
22
23 Other utilities, districts, agencies, and contractors who may be working within the project
24 area are:
25
26 1. Puget Sound Energy(gas and electric)
27 2. AT&T Broadband
28 3. QWest Communications
29 4. City of Renton (water, sewer, transportation)
30 5. Soos Creek Water District
31 6. Private contractors employed by adjacent property owners
32
33 The Contractor shall coordinate with City of Renton on tying into any existing electrical
34 service cabinet.
35
36 Section 1-05.14(1) is a new section:
38 1-05.14(1) Notifications Relative to Contractor's Activities
39 Contractor shall notify the following listed agencies and individuals, prior to
40 commencement of the work, and submit to these agencies/individuals:
41 a. The name(s) of the construction superintendent in responsible charge, and
42 other individuals having full authority to execute the orders or directions of
43 Engineer, in the event of an emergency.
44 b. The time of the commencement and completion of work.
45 c. Names of streets or locations of alleys to be closed.
46 d. Schedule of operations.
47 e. Routes of detours where possible.
48 f. Planned utility shutdown times and locations.
49 g. Construction staging.
50
51 Notification shall be written, with a copy delivered to Engineer 5 days prior to the
52 commencement of work on the project.
53
54 Contractor must notify the same parties, in writing, of all changes to any of the above
55 items during the project.
56
57 The following addresses and telephone numbers of public and franchise utilities and
58 public services are supplied for the Contractor's convenience.
59
City of Renton Soos Creek Water and Sewer District
Lake Washington Boulevard Slip Plane s
Fire Department 14616 SE 192nd Street
1055 South Grady Way P.O. Box 58039
RENTON, WASHINGTON 98055 Renton, Washington 98058-1039
Attn: Jim Gray Telephone: (425) 630-9900
Telephone: (425) 430-7023
City of Renton Underground Utilities Location Center
Police Department ("One-Call' Center)
1055 South Grady Way 1-800-424-5555[GJ 1]
Renton, Washington 98055
Attn: Garry Anderson, Chief
Telephone: (425) 430-7503
Attn: Sherry Smith,Admin. Sec.
Telephone: (425) 430-7507
° 1
City of Renton City of Renton
Utility Maintenance Water Maintenance
1055 South Grady Way 1055 South Grady Way
Renton, Washington 98055 Renton, Washington 98055
Attn: Jack Crumley, Maint. Svcs. Dir. Attn: Ray Sled, Water Maint. Mngr.
George Stahl, Maint. Svcs. Supv. Telephone: (425) 430-7400
Telephone: (425) 430-7400
City of Renton Metro/Bus
Wastewater Maintenance 1270 - 6th Avenue S, MS-QS
1055 South Grady Way Seattle, Washington 98134
Renton, Washington 98055 Attn: Mary Malcomb
Attn: Ron Shaffer, Wastewater Supv. Telephone: (206) 684-2732
Telephone: (425) 430-7400
AT&T Broadband QWest Communications
20811 84th Avenue South, Suite 101 7235 South 228th Street
Kent, Washington 98032 Kent, Washington 98032
Attn: Mike Martos Attn: Ken Kobes
Telephone: (206) 396-6405 Telephone: (206) 345-3399
Puget Sound Energy
P.O. Box 90868, MS-XRD-01 W
Bellevue, Washington 98009-0868
Attn: Mr. Joe Jainga
Telephone: (425) 462-3807
2
3
4 Section 1-05.18 is a new section:
5
6 -05.18 Contractor's Daily Diary
7 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record
8 of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type
9 that is commonly available through commercial outlets. The Diary must contain the Project
10 and Number; if the Diary is in loose-leaf form, this information must appear on every page.
11 The Diary must be kept and maintained by Contractor's designated project
12 superintendent(s). Entries must be made on a daily basis and must accurately represent all
13 of the project activities on each day.
14
r 15 At a minimum, the diary shall show on a daily basis:
16 1. The day and date.
17 2. The weather conditions, including changes throughout the day.
18 3. A complete description of work accomplished during the day with adequate
19 references to the Plans and Contract Provisions so that the reader can easily and
Lake Washington Boulevard Slip Plane 9
1 accurately identify said work in the Plans. Identify location/description of
2 photographs or videos taken that day.
3 4. An entry for each and every changed condition, dispute or potential dispute,
4 incident, accident, or occurrence of any nature whatsoever which might affect
5 Contractor, Owner, or any third party in any manner.
6 5. Listing of any materials received and stored on- or off-site by Contractor for future
7 installation, to include the manner of storage and protection of the same.
8 6. Listing of materials installed during each day.
9 7. List of all subcontractors working on-site during each day.
10 8. Listing of the number of Contractor's employees working during each day by
11 category of employment.
12 9. Listing of Contractor's equipment working on the site during each day. Idle
13 equipment on the site shall be listed and designated as idle.
14 10. Notations to explain inspections, testing, stake-out, and all other services furnished
15 by Owner or other party during each day.
16 11. Entries to verify the daily (including non-work days) inspection and maintenance of
17 traffic control devices and condition of the traveled roadway surfaces. Contractor
18 shall not allow any conditions to develop that would be hazardous to the public.
19 12. Any other information that serves to give an accurate and complete record of the
20 nature, quantity, and quality of Contractor's progress on each day.
21 13. Plan markups showing locations and dimensions of constructed features to be used
22 by Engineer to produce record drawings.
23 14. All pages of the diary must be numbered consecutively with no omissions in page
24 numbers.
25 15. Each page must be signed and dated by Contractor's official representative on the
26 project.
27
28 Contractor may use additional sheets separate from the diary book if necessary to provide a
29 complete diary record, but they must be signed, dated, and labeled with project name and
30 number.
31
32 It is expressly agreed between Contractor and Owner that the Daily Diary maintained
33 by Contractor shall be the "Contractor's Book of Original Entry" for the
34 documentation of any potential claims or disputes that might arise during this
35 Contract. Failure of Contractor to maintain this Diary in the manner described above
36 will constitute a waiver of any such claims or disputes by Contractor.
37
38 Engineer or other Owner's representative on the job site will also complete a Daily
39 Construction Report.
40
41 1-06 CONTROL OF MATERIAL
42
43 1-06.1 Approval of Materials Prior to Use
44 Section 1-06.1 is supplemented as follows:
45 (******)
46 The materials and equipment lists submitted to Engineer at the Preconstruction Conference
47 shall include the quantity, manufacturer and model number, if applicable, of materials and
48 equipment to be installed under the Contract. This list will be checked by Engineer as to
49 conformity with the Contract Documents. Engineer will review the lists within 10 working
50 days, noting required corrections. Contractor shall make required corrections and file 2
51 corrected copies with Engineer within one week after receipt of required corrections.
52 Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility
53 for suitability for the intended purpose, nor for deviations from the Contract Documents.
54
55 1-06.2(1)...Samples and Tests for Acceptance
56 Section 1-06.2(1) is supplemented a follows:
Lake Washington Boulevard Slip Plane 10
1 The finished Work shall be in accordance with approved samples. Approval of samples
2 by Engineer does not relieve Contractor of responsibility for performance of the Work in
3 accordance with the Contract Documents.
4
5 1-06.2(2) Statistical Evaluation of Materials for Acceptance
6 Section 1-06.02(2) is supplemented by adding the following:
8 Unless stated otherwise in the special provisions, statistical evaluation will not be used
9 by the City of Renton.
10
11 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
12
13 1-07.1 Laws to be Observed
14 Section 1-07.1 is supplemented as follows:
15 (******)
16 Contractor shall erect and properly maintain, at all times, as required by the conditions and
17 progress of the work, all necessary safeguards for protection of workers and the public; shall
18 post danger signs warning against known or unusual hazards; and shall designate as Safety
19 Supervisor a responsible employee on the construction site whose duty shall be the
20 enforcement of safety. The name and position of such person so designated shall be
21 reported in writing to Engineer by Contractor.
22
23 Contractor shall, at all times, enforce strict discipline and good order among all employees
24 and shall not employ any person unfit or not skilled in the work assigned to him/her.
25
26 Necessary sanitation conveniences for the use of the workers on the job, properly secluded
27 from public observation, shall be provided and maintained by Contractor.
28
29 1-07.6 Permits and Licenses
30 Section 1-07.6 is supplemented as follows:
31 (******)
32 The permits, easements, and right of entry documents that have been acquired are available
33 for inspection and review.
34
35 Contractor shall be required to comply with all conditions of the permits, easements, and
36 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner
37 from claims on all easements and rights of entry.
38
39 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall
40 comply with the special provisions and requirements of each.
41
42 Permits, permission under franchises, licenses and bonds of a temporary nature necessary
43 for and during the prosecution of the work, and inspection fees in connection therewith shall
44 be secured and paid for by Contractor. If Owner is required to secure such permits,
45 permission under franchises, licenses and bonds, and pay the fees, the costs incurred by
46 Owner thereby shall be charged against Contractor and deducted from any funds otherwise
47 due Contractor.
48
49 1-07.9(5) Required Documents
50 Delete the first sentence of the third paragraph, and replace it with the following:
51 (******)
52 Contractor must submit weekly certified payrolls for the Contractor and all subcontractors
53 and lower tier subcontractors, regardless of project's funding source.
54
55 Section 1-07.11(11) is new:
Lake Washington Boulevard Slip Plane 1t
1 1-07.11(11) City of Renton Affidavit of Compliance
2 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit
3 a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of
4 this document will be bound in the bid documents.
5
6 1-07.12 Federal Agency Inspection
7 Section 1-07.12 is supplemented with the following:
8 (******)
9 Required Federal Aid Provisions
10 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
11 amendments thereto supersede any conflicting provisions of the Standard Specifications and
12 are made a part of this contract; provided, however, that if any of the provisions of FHWA
13 1273, as amended, are less restrictive than Washington State Law, then the Washington
14 State Law shall prevail.
15
16 The provisions of FHWA 1273, as amended, included in this contract require that the
17 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together
18 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be
- 19 included in each subcontract requiring the subcontractors to insert the FHWA 1273 and
20 amendments thereto in any lower tier subcontracts, together with the wage rates. The
21 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is
22 inserted in each subcontract for subcontractors and lower tier subcontractors. For this
23 purpose, upon request to the Project Engineer, the Contractor will be provided with extra
24 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
25 Special Provision.
26
27 1-07,13(1) General
28 Section 1-07.13(1) is supplemented as follows:
29 g...**)
30 During unfavorable weather and other conditions, the contractor shall pursue only such
31 portions of the work as shall not be damaged thereby.
32
33 No portion of the work whose satisfactory quality or efficiency will be affected by
34 unfavorable conditions shall be constructed while these conditions exist, unless by
35 special means or precautions acceptable to the engineer, the contractor shall be able to
36 overcome them.
37
38 1-07.15 Temporary Water Pollution/Erosion Control
39 Section 1-07.15 is supplemented as follows:
40 (******)
41 Temporary water pollution control work shall also consist of placing filter fabric over storm
42 drainage structures during construction and cleaning the fabric periodically, catch basin
43 inserts, straw bales, plastic sheeting, and other items as directed by Engineer. These and
44 other temporary water pollution/erosion control measures shall be performed on an
45 as-needed basis, when so directed by Engineer.
46
47 The lump sum contract price
48 `Temporary Water Pollution Control," L.S."
49 shall be full compensation for all work and materials required to provide temporary water
50 pollution control.
51
52 1-07.16(1) Private/Public Property
53 Section 1-07.16(1) is supplemented by adding the following:
54 (******)
55 The Contracting Agency will obtain all easements and franchises required for the
56 project. The contractor shall limit his operation to the areas obtained and shall not
57 trespass on private property.
58
Lake Washington Boulevard Slip Plane 12
1 The Contracting Agency may provide certain lands, as indicated in connection with the
2 work under the contract together with the right of access to such lands. The contractor
3 shall not unreasonably encumber the premises with his equipment or materials.
4
5 The contractor shall provide, with no liability to the Contracting Agency, any additional
6 land and access thereto not shown or described that may be required for temporary
7 construction facilities or storage of materials. He shall construct all access roads,
8 detour roads, or other temporary work as required by his operations. The contractor
9 shall confine his equipment, storage of material, and operation of his workers to those
10 areas shown and described and such additional areas as he may provide.
11 A. General. All construction work under this contract on easements, right-of-way, over
12 private property or franchise, shall be confined to the limits of such easements,
13 right-of-way or franchise. All work shall be accomplished so as to cause the least
14 amount of disturbance and a minimum amount of damage. The contractor shall
15 schedule his work so that trenches across easements shall not be left open during
16 weekends or holidays and trenches shall not be open for more than 48 hours.
17 B. Structures. The contractor shall remove such existing structures as may be
18 necessary for the performance of the work and, if required, shall rebuild the
19 structures thus removed in as good a condition as found. He shall also repair all
20 existing structures which may be damaged as a result of the work under this
21 contract.
22 C. Easements. Cultivated areas and other surface improvements. All cultivated
23 areas, either agricultural or lawns, and other surface improvements which are
24 damaged by actions of the contractor shall be restored as nearly as possible to
25 their original condition.
26 Prior to excavation on an easement or private right-of-way, the contractor shall strip
27 top soil from the trench or construction area and stockpile it in such a manner that it
28 may be replaced by him, upon completion of construction. Ornamental trees and
29 shrubbery shall be carefully removed with the earth surrounding their roots
30 wrapped in burlap and replanted in their original positions within 48 hours.
31
32 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor
33 with material of equal quality at no additional cost to the Contracting Agency. In the
34 event that it is necessary to trench through any lawn area, the sod shall be carefully
35 cut and rolled and replaced after the trenches have been backfilled. The lawn area
36 shall be cleaned by sweeping or other means, of all earth and debris.
37
38 The contractor shall use rubber wheel equipment similar to the small tractor-type
39 backhoes used by side sewer contractors for all work, including excavation and
40 backfill, on easements or rights-of- way which have lawn areas. All fences,
41 markers, mail boxes, or other temporary obstacles shall be removed by the
42 contractor and immediately replace, after the trench is backfilled, in their original
43 position. The contractor shall notify the Contracting Agency and property Owner at
44 least 24 hours in advance of any work done on easements or rights-of-way.
45
46 Damage to existing structures outside of easement areas that may result from
47 dewatering and/or other construction activity under this contract shall be restored to
48 their original condition or better. The original condition shall be established by
49 photographs taken and/or inspection made prior to construction. All such work
50 shall be done to the satisfaction of the property Owners and the Contracting
51 Agency at the expense of the contractor.
52 D. Streets. The contractor will assume all responsibility of restoration of the surface of
53 all streets (traveled ways) used by him if damaged.
54
55 In the event the contractor does not have labor or material immediately available to
56 make necessary repairs, the contractor shall so inform the Contracting Agency. The
57 Contracting Agency will make the necessary repairs and the cost of such repairs shall
58 be paid by the contractor.
59
Lake Washington Boulevard Slip Plane 13
1 The contractor is responsible for identifying and documenting any damage that is pre-
2 existing or caused by others. Restoration of excavation in City streets shall be done in
3 accordance with the City of Renton Trench Restoration Requirements, which is
4 available at the Public Works Department Customer Services counter on the 4th floor,
5 Renton City Hall, 1055 South Grady Way.
6
7 1-07.17 Utilities and Similar Facilities
8 Section 1-07.17 is supplemented by adding:
9 (******)
10 Existing utilities indicated in the Plans have been plotted from the best information available
11 to Engineer. Information and data shown or indicated in the Contract Documents with
12 respect to existing underground utilities or services at or contiguous to the project site are
13 based on information and data furnished to Owner and Engineer by owners of such
14 underground facilities or others, and Owner and Engineer do not assume responsibility for
15 the accuracy or completeness thereof. It is to be understood that other aboveground or
16 underground facilities not shown in the Plans may be encountered during the course of the
17 work.
18
19 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
20 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their
21 location to be determined by the Engineer or utility personnel under adverse conditions,
22 (inclement weather or darkness).
23
24 Where underground main distribution conduits, such as water, gas, sewer, electric power, or
25 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
26 assume that every property parcel will be served by a service connection for each type of
27 utility.
28
29 Contractor shall check with the utility companies concerning any possible conflict prior to
30 commencing excavation in any area. Contractor shall resolve all crossing and clearance
31 problems with the utility company concerned. No excavation shall begin until all known
32 facilities, in the vicinity of the excavation area, have been located and marked.
33
34 In addition to Contractor having all utilities field marked before starting work, Contractor shall
35 have all utilities field marked after they are relocated in conjunction with this project.
36
37 Call Before You Dig
38 The 48 Hour Locators
39 1-800-424-5555
40
41 At least 2 and not more than 10 working days prior to commencing any excavations for utility
42 potholing or for any other purpose under this Contract, Contractor shall notify the
43 Underground Utilities Location Center by telephone of the planned excavation and progress
44 - schedule. Contractor is also warned that there may be utilities on the project that are not
45 part of the One Call system. They must be contacted directly by Contractor for locations.
46
47 Contractor shall make arrangements 48 hours in advance with respective utility owners to
48 have a representative present when their utility is exposed or modified, if the utility chooses
49 to do so.
50
51 Existing utilities for telephone, power, gas, water, and television cable facilities shall be
52 adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans.
53 These adjustments may be completed before Contractor begins work, or may be performed
54 in conjunction with the contract work. Contractor shall be entirely responsible for
55 coordination with the utility companies and arranging for the movement or adjustment, either
56 temporary or permanent, of their facilities within the project limits. See also Section 1-05.14
57 of these Special Provisions.
58
59 If or when utility conflicts occur, Contractor shall continue the construction process on other
60 aspects of the project whenever possible. No additional compensation will be made to
Lake Washington Boulevard Slip Plane 14
1 Contractor for reason of delay caused by the actions of any utility company and Contractor
2 shall consider such costs to be incidental to the other items of the contract.
3
4 Utility Potholing
5 Potholing is included as a bid item for use in determining the location of existing utilities in
6 advance of the Contractor's operations. The Contractor shall submit all potholing requests to
7 the Engineer for approval, at least 2 working days before potholing is scheduled.
8 Additionally, the Contractor shall provide potholing at Engineer's request.
9
10 In no way shall the work described under Utility Potholing relieve Contractor of any of the
11 responsibilities described in Section 1-07.17 of the Standard Specifications and Special
12 Provisions, and elsewhere in the Contract Documents.
13
14 Payment
15 Payment will be made at the discretion of Engineer, for the following bid item(s) in
16 accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions:
17 "Utility Potholing," Force Account
18 "Resolution of Utility Conflicts," Force Account
19
20 Section 1-07.17(1) is a new section:
21 ( *,�* *
22 1-07.1 (1) Interruption of Services
23 Whenever in the course of the construction operation it becomes necessary to cause an
24 outage of utilities, it shall be Contractor's responsibility to notify the affected users and
25 Engineer not less than 48 hours in advance of such outage. Contractor shall make
26 reasonable effort to minimize the duration of outages, and shall estimate the length of
27 time service will be interrupted and so notify the users. In the case of any utility outage
28 that has exceeded or will exceed four hours, user contact shall again be made.
29 Temporary service, if needed, will be arranged by Contractor at no cost to Owner.
30
31 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for
32 providing temporary overhead lighting to meet above requirements shall be incidental to
33 the various unit and lump sum items of the Contract; no separate payment will be made.
34
35 Section 1-07.18 is deleted replaced by the following new section and subsections:
37 -07. 8 Public Liability and Property Damage Insurance
38 1-07.18(1) General
39 The contractor shall obtain and maintain in full force and effect, from the Contract
40 Execution Date to the Completion Date, public liability and property damage insurance
41 with an insurance company(ies) or through sources approved by the State Insurance
42 Commissioner pursuant to RCW 48.
43
44 The Contractor shall not begin work under the Contract until the required insurance has
45 been obtained and approved by the Contracting Agency. Insurance shall provide
46 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting
47 Agency's consultant. The coverage shall protect against claims for bodily injuries,
48 personal injuries, including accidental death, as well as claims for property damages
49 which may arise from any act or omission of the Contractor or the subcontractor, or by
50 anyone directly or indirectly employed by either of them.
51
52 If warranted work is required the Contractor shall provide the City proof that insurance
53 coverage and limits established under the term of the Contract for work are in full force
54 and effect during the period of warranty work.
55
56 The Contracting Agency may request a copy of the actual declaration pages(s) for each
57 insurance policy effecting coverage(s) required on the contract prior to the date work
58 commences. Failure of the Contractor to fully comply during the term of the Contract
59 with the requirements described herin will be considered a material breach of contract
Lake Washington Boulevard Slip Plane 15
1 and shall be caused for immediate termination of the Contract at the option of the
2 Cont ti Agency.
3 1-07.18(2 Coverages
4 As part of the response to this proposal, the Contractor shall submit a completed City of
5 Renton Insurance Information form which details specific coverage and limits for this
6 contract.
7
8 All coverage provided by the Contractor shall be in a form and underwritten by a
9 company acceptable to the Contracting Agency. The City requires that all insurers:
10 1. Be licensed to do business within the State of Washington.
11 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
12 coverage are acceptable when written on a claims-made basis). The City may
13 also require proof of professional liability coverage be provided for up to two
14 (2) years after the completion of the project.
15 3. The City may request a copy of the actual declaration page(s) for each
16 insurance policy affecting coverage(s) required by the Contract prior to the
17 date work commences.
18 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
19 preferred.) If any insurance carrier possesses a rating of less than AVII, the
20 City may make an exception.
21
22 The City reserves the right to approve the security of the insurance coverage provided
23 by the insurance company(ies), terms, conditions, and the Certificate of Insurance.
24 Failure of the Contractor to fully comply during the term of the contract with these
25 requirements will be considered a material breach of contract and shall be cause for
26 immediate termination of the contract at the option of the City.
27
28 The Contractor shall obtain and maintain the minimum insurance coverage set forth
29 below. By requiring such minimum insurance, the City of Renton shall not be deemed
30 or construed to have assessed the risks that may be applicable to the Contractor. The
31 Contractor shall assess its own risks and if it deems appropriate and/or prudent,
32 maintain higher limits and/or broader coverage.
33
34 Coverage shall include:
35 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
36 written on an occurrence basis and include:
37 . Premises and Operations (including CG2503; General Aggregate to apply
38 per project, if applicable).
39 • Explosion, Collapse and Underground Hazards
40 • Products/Completed Operations
41 • Contractual Liability (including Amendatory Endorsement CG 0043 or
42 equivalent which includes defense coverage assumed under contract)
43 • Broad Form Property Damage
44 . Independent Contractors
45 • Personal/Advertising Injury
46 • Stop Gap Liability
47 B. Automobile Liability including all
48 • Owned Vehicles
49 • Non-Owned Vehicles
50 • Hired Vehicles
51 C. Workers' Compensation
52 Statutory Benefits (Coverage A) - Show Washington Labor & Industries
53 Number
54 D. Umbrella Liability (when necessary)
55 Excess of Commercial General Liability and Automobile Liability.
56 Coverage should be as broad as primary.
57 E. Professional Liability - (whenever the work under this Contract includes
58 Professional Liability, (i.e. architectural, engineering, advertising, or computer
59 programming) the CONTRACTOR shall maintain professional liability covering
Lake Washington Boulevard Slip Plane 16
1 wrongful acts, errors and/or omissions of the CONTRACTOR for damage
2 sustained by reason of or in the course of operations under this Contract.
3 F. The Contracting Agency reserves the right to request and/or require additional
4 coverages as may be appropriate based on work performed(i.e. pollution
5 liability).
6
7 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,
8 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent).
9 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to
10 commencement of work. The City reserves the right to request copies of insurance
11 policies, if at their sole discretion it is deemed appropriate. Further, all policies of
12 insurance described above shall:
13 A. Be on a primary basis not contributory with any other insurance coverage
14 and/or self-insurance carried by CITY OF RENTON.
15 B. Include a Waiver of Subrogation Clause.
16 C. Severability of Interest Clause (Cross Liability)
17 D. Policy may not be non-renewed, canceled or materially changed or altered
18 unless forty-five (45) days prior written notice is provided to CITY OF
19 RENTON. Notification shall be provided to CITY OF RENTON by certified
20 mail.
21 1-07.18(3) Limits
22 LIMITS REQUIRED
23 Providing coverage in these stated amounts shall not be construed to relieve the
24 contractor from liability in excess of such limits. The CONTRACTOR shall carry the
25 following limits of liability as required below:
26 Commercial General Liabilit
General Aggregate* 2,000,000 **
Products/Completed $2,000,000 **
Operations Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Auto:r:o ,ile Ljabi?it„
Bodily Irl ury<Properiv $ ,0001,f:rf}
Darnag
(Each Accident)
Workers" Compensation
Statutory Benefits - Variable
Coverage A
(Show Washington Labor and Industries
Number)
LirniC -�.�t i�EiEi.EiVlk
General Aggregato Limit ,0t":i.01:;:0
f"roCtuct5 A i)1TIp-feted 0 0
O.-J erations Aggregate
Professiona.........Liability'
............. ................. ..........z::.
Each Occurrence` J00,00 0
Incident!Claifn
27
Aggregate 2,00U).C. 0
28 The City may require the CONTRACTOR to keep professional liability coverage in effect
29 for up to two (2) years after completion of the project.
Lake Washington Boulevard Slip Plane 17
1
2 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any
3 general aggregate or other aggregate limits are reduced. At their own expense, the
4 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
5 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a
6 new Certificate of Insurance showing such coverage is in force.
7 1-07.18(4) Evidence of Insurance:
8 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of
9 insurance by submitting to the CONTRACTING AGENCY the following:
10 1. City of Renton Insurance Information Form (attached herein) without
11 modification.
12 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items
13 as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised
14 above. Other requirements are as follows:
15 A. Strike the following or similar wording: "This Certificate is issued as a
16 matter of information only and confers no rights upon the Certificate
17 Holder";
18 B. Strike the wording regarding cancellation notification to the City: "Failure
19 to mail such notice shall impose no obligation or liability of any kind upon
20 the company, its agents or representatives".
21 C. Amend the cancellation clause to state: "Policy may not be non-renewed,
22 canceled or materially changed or altered unless 45 days prior written
23 notice is provided to the City". Notification shall be provided to the City by
24 certified mail.
25
26 For Professional Liability coverage only, instead of the cancellation language
27 specified above, the City will accept a written agreement that the consultant's
28 broker will provide the required notification.
29
30 1-07.22 Use of Explosives
31 Section 1-07.22 is supplemented by the following:
32 (*«****)
33 Explosives shall not be used without specific authority of the Engineer, and then only under
34 such restrictions as may be required by the proper authorities. Explosives shall be handled
35 and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
36 that may apply. The individual in charge of the blasting shall have a current Washington
37 State Blaster Users License.
38
39 The Contractor shall obtain, comply with, and pay for such permits and costs as are
40 necessary in conjunction with blasting operations.
41
42 1-07.23(1) Construction Under Traffic
43 Section 1-07.23(1) is supplemented by adding the following:
44 (******)
45 The contractor shall be responsible for controlling dust and mud within the project limits
46 and on any street which is utilized by his equipment for the duration of the project. The
47 contractor shall be prepared to use watering trucks, power sweepers, and other pieces
48 of equipment as deemed necessary by the engineer, to avoid creating a nuisance.
49
50 Dust and mud control shall be considered as incidental to the project, and no
51 compensation will be made for this section.
52
53 Complaints of dust, mud or unsafe practices and/or property damage to private
54 Ownership will be transmitted to the contractor and prompt action in correcting them will
55 be required by the contractor.
56
57 Complaints of dust, mud, or unsafe practices and/or property damage to private
58 Ownership will be transmitted to the Contractor and prompt action in correcting them will
59 be required by the Contractor.
60
Lake Washington Boulevard Slip Plane 18
1 Contractor shall maintain the roads during construction in a suitable condition to
2 minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall
3 be borne by Contractor.
4
5 At least one-way traffic shall be maintained on all cross-streets within the project limits
6 during working hours. One lane shall be provided in each direction for all streets during
7 non-working hours.
8
9 Contractor shall provide one driveable roadway lane and maintain convenient access for
10 local and commuter traffic to driveways, businesses, and buildings along the line of
11 Work throughout the course of the project. Such access shall be maintained as near as
12 possible to that which existed prior to the commencement of construction. This
13 restriction shall not apply to the paving portion of the construction process.
14
15 Contractor shall notify and coordinate with all property owners and tenants of street
16 closures, or other restrictions which may interfere with their access—at least 24 hours in
17 advance for single-family residential property, and at least 48 hours in advance for
18 apartments, offices, and commercial property. Contractor shall give a copy of all notices
19 to Engineer.
20
21 When the abutting owners' access across the right-of-way line is to be eliminated and
22 replaced under the Contract by other access, the existing access shall not be closed
23 until the replacement access facility is available.
24
25 All unattended excavations shall be properly barricaded and covered at all times.
26 Contractor shall not open any trenches that cannot be completed and refilled that same
27 day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's
28 expense, except in areas where the roadway remains closed to public traffic. Steel
29 plates must be anchored.
30
31 1-08 PROSECUTION AND PROGRESS
32
33 Section 1-08.0 is a new section with subsection:
34 ******
35 i-08.� Preliminary Matters
36 1-08.0(1) Preconstruction Conference
37 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
38 Additional documents may be fumished upon request at the cost of reproduction. Prior
39 to undertaking each part of the Work the Contractor shall carefully study and compare
40 the Contract Documents and check and verify pertinent figures shown therein and all
41 applicable field measurements. The Contractor shall promptly report in writing to the
42 Engineer any conflict, error or discrepancy which the Contractor may discover.
43
44 After the Contract has been executed, but prior to the Contractor beginning the Work, a
45 preconstruction conference will be held between the Contractor, the Engineer and such
46 other interested parties as may be invited.
47
48 The Contractor shall prepare and submit at the preconstruction meeting:
49 4 Contractor's plan of operation and progress schedule (3+ copies)
50 4 Approval of qualified subcontractors (bring list of subcontractors if different
51 from list submitted with Bid)
52 4 List of materials fabricated or manufactured off the project
53 4 Material sources on the project
54 4 Names of principal suppliers
55 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
56 working and standby rates)
57 4 Weighted wage rates for all employee classifications anticipated to be used on
58 Project
59 4 Cost percentage breakdown for lump sum bid item(s)
Lake Washington Boulevard Slip Plane 19
1 4 Shop Drawings (bring preliminary list)
2 4 Traffic Control Plans (3+ copies)
3 4 Temporary Water Pollution/Erosion Control Plan
4
5 In addition, the Contractor shall be prepared to address:
6 Bonds and insurance
7 Project meetings—schedule and responsibilities
8 Provision for inspection for materials from outside sources
9 Responsibility for locating utilities
10 Responsibility for damage
11 Time schedule for relocations, if by other than Contractor
12 Compliance with Contract Documents
13 Acceptance and approval of work
14 Labor compliance, payrolls, certifications
15 Safety regulations for Contractors' and Owner's employees and
16 representatives
17 Suspension of work, time extensions
18 Change order procedures
19 Progress estimates - procedures for payment
20 Special requirements of funding agencies
21 Construction engineering, advance notice of special work
22 Any interpretation of the Contract Documents requested by Contractor
23 Any conflicts or omissions in Contract Documents
24 Any other problems or questions concerning the work
25 Processing and administration of public complaints
26 Easements and rights of entry
27 Other contracts
28
29 The franchise utilities may be present at the preconstruction conference, and Contractor
30 should be prepared for their review and discussion of progress schedule and
31 coordination.
32
33 1-08.1 Subcontracting
34 Section 1-08.1 is supplemented as follows:
35 (******)
36 Written requests for change in subcontractors shall be submitted by Contractor to Engineer
37 at least 7 calendar days prior to start of a subcontractor's work.
38
39 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
40 subcontractors and lower-tier subcontractors, and persons either directly or indirectly
41 employed by the subcontractors, as well as for the acts and omissions of persons directly
42 employed by Contractor. Contractor shall be required to give personal attention to the work
43 that is sublet. Nothing contained in the Contract Documents shall create any contractual
44 relation between any subcontractor and Owner.
45
46 Contractor shall be responsible for making sure all subcontractors submit all required
47 documentation, forms, etc.
48
49 1-08.2 Assignment
50 The second paragraph of Section 1-08.2 is modified as follows:
51 (******)
52 Contractor shall not assign any moneys due or to become due to Contractor hereunder
53 without the prior written consent of Owner. The assignment, if approved, shall be subject to
54 all setoffs, withholdings, and deductions required by law and the Contract.
55
56 1-08.3 Progress Schedule
57 Section 1-08.3 is supplemented as follows:
58 (******)
59 The progress schedule for the entire project shall be submitted 7 calendar days prior to the
60 Preconstruction Conference. The schedule shall be prepared using the critical path
Lake Washington Boulevard Slip Plane 20
1 method (CPM), preferably using Microsoft Project or equivalent software. The schedule
2 shall contain this information, at a minimum:
3 1. Construction activities, in sufficient detail that all activities necessary to construct a
4 complete and functional project are considered. Any activity which has a scheduled
5 duration exceeding 30 calendar days shall be subdivided until no sub-element has a
6 duration exceeding 30 calendar days.
7 The schedule shall clearly indicate the activities which comprise the critical path. For
8 each activity not on the critical path, the schedule shall show the float, or slack, time.
9 2. Procurement of material and equipment.
10 3. Submittals requiring review by Engineer. Submittal by Contractor and review by
11 Engineer shall be shown as separate activities.
12 4. Work to be performed by a subcontractor, agent, or any third party.
13 5. Allowances for delays which could result from normal inclement weather (time
14 extensions due to inclement weather will not be allowed).
15 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and
16 adjust their facilities as required.
17
18 Engineer may request Contractor to alter the progress schedule when deemed necessary in
19 the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for
20 coordination with any other activity of other contractors, the availability of all or portions of
21 the job site, or special provisions of this Contract, or to reasonably meet the completion date
22 of the project. Contractor shall provide such revised schedule within 10 days of request.
23
24 If, at any time, in the opinion of Engineer, the progress of construction falls significantly
25 behind schedule, Contractor may be required to submit a plan for regaining progress and a
26 revised schedule indicating how the remaining work items will be completed within the
27 authorized contract time.
28
29 Contractor shall promptly report to Engineer any conditions which Contractor feels will
30 require revision of the schedule and shall promptly submit proposed revisions in the
31 progress schedule for acceptance by Engineer. When such changes are accepted by
32 Engineer, the revised schedule shall be followed by Contractor.
33
34 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which
35 sets forth specific work to be performed the following week, and a tentative schedule for the
36 second week.
37
38 Failure to Maintain Progress Schedule. Engineer will check actual progress of the work
39 against the progress schedule a minimum of two times per month. Failure, without just
40 cause, to maintain progress in accordance with the approved schedule shall constitute a
41 breach of Contract. If, through no fault of Contractor, the proposed construction schedule
42 cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for
43 acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the
44 original schedule.
45
46 Failure of Contractor to follow the progress schedule submitted and accepted, including
47 revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making
48 available all or any portion of the job site, and will relieve Owner of any responsibility for
49 delays to Contractor in the performance of the work.
50
51 The cost of preparing the progress schedule, any supplementary progress schedules, and
52 weekly schedules shall be considered incidental to the Contract and no other compensation
53 shall be made.
54
55 1-08.5 Time For Completion
56 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
57 (******)
58 The Work shall be physically completed in its entirety within the time specified in the
59 Contract Documents or as extended by the Engineer. The Contract Time will be stated in
Lake Washington Boulevard Slip Plane 21
w. 1 "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract
2 Completion Date.
3
4 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
5 specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor
6 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The
7 day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday.
8 The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,
9 Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding
10 working days shall be observed as holidays. When Christmas day occurs on a Sunday, the
11 two working days following shall be observed as holidays. When holidays other than
12 Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and
13 when they fall on a Sunday the following Monday will be counted as a non-working day. The
14 Contract Time has been established to allow for periods of normal inclement weather which,
15 from historical records, is to be expected during the Contract Time, and during which
16 periods, work is anticipated to be performed. Each successive working day, beginning with
17 the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged
18 to the Contract Time as it occurs except a day or part of a day which is designated a
19 nonworking day or an Engineer determined unworkable day.
20
21 The Engineer will furnish the Contractor a weekly report showing (1) the number of working
22 days charged against the Contract Time for the preceding week; (2) the Contract Time in
23 working days; (3) the number of working days remaining in the Contract Time; (4) the
24 number of nonworking days; and (5) any partial or whole days the Engineer declared
25 unworkable the previous week. This weekly report will be correlated with the Contractor's
26 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4
27 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked
28 would ordinarily be charged as a working day then the fifth day of that week will be charged
29 as a working day whether or not the Contractor works on that day.
30
31 The Contractor will be allowed 10 calendar days from the date of each report in which to file
32 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the
33 report will be deemed to have been accepted by the Contractor as correct.
34
35 The requirements for scheduling the Final Inspection and establishing the Substantial
36 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
37 and 1-05.12.
38
39 Section 1-08.5 is supplemented as follows:
40 (******)
41 Within 10 calendar days after execution of the Contract by the Contracting Agency,
42 Contractor shall provide the Contracting Agency with copies of purchase orders for all
43 equipment items deemed critical by the Contracting Agency, including but not limited to
44 signal controller materials, lighting standards, and signal standards required for the physical
45 completion of the contract. Such purchase orders shall disclose the estimated delivery dates
46 for the equipment.
47
48 All items of work which can be performed without delivery of the critical items shall start and
49 be completed as soon as possible. At that time, Engineer may suspend the work upon
50 request of Contractor until the critical items are delivered to Contractor, if the Contracting
51 Agency received a purchase order within 10 calendar days after execution of the Contract by
52 the Contracting Agency.
53
54 Contractor will be entitled to only one such suspension of time during the performance of the
55 work and during such suspension shall not perform any additional work on the project. Upon
56 delivery of the critical items, contract time will resume and continue to be charged in
57 accordance with Section 1-08.
58
59 1-08.6 Suspension of Work
60 Section 1-08.6 is supplemented as follows:
Lake Washington Boulevard Slip Plane 22
2 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor
3 in writing. The work shall be resumed by Contractor within 14 calendar days after the date
4 fixed in the written notice from Owner to Contractor to do so.
5
6 Contractor shall not suspend work under the Contract without the written order of Owner.
7
8 If it has been determined that Contractor is entitled to an extension of time, the amount of
9 such extension shall be only to compensate for direct delays and shall be based upon
10 Contractor's diligently pursuing the work at a rate not less than that which would have been
11 necessary to complete the original Contract Work on time.
12
13 1-08.9 Liquidated Damages
14 Section 1-08.9 is supplemented as follows:
15 (******)
16 In addition, Contractor shall compensate Owner for actual engineering inspection and
17 supervision costs and any other expenses and legal fees incurred by Owner as a result of
18 such delay. Such labor costs will be billed to Contractor at actual costs, including
19 administrative overhead costs.
20
21 In the event that Owner is required to commence any lawsuit in order to enforce any
22 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled
23 to recover its costs, including reasonable attorneys fees, from Contractor.
24
25 1-08.10 Termination of Contract
26
27 Section 1-08.10(6) is a new section:
29 1-08.1 d(6) Removal of Equipment
30 In case of the termination of this Contract before completion for any cause whatever,
31 Contractor, if notified to do so by Owner, shall promptly remove all Contractor-owned
32 equipment and supplies from the property of Owner and, if Contractor fails to do so
33 within 5 calendar days from such notice by Owner, Owner shall have the right to remove
34 such equipment and supplies at the expense of Contractor, deducting the cost thereof
35 from any funds otherwise due Contractor.
36
37 Section 1-08.11 is a new section:
38 ******
39 -08. 1 Contractor's Plant and Equipment
40 The contractor alone shall at all times be responsible for the adequacy, efficiency, and
41 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the
42 right to make use of the contractor's plant and equipment in the performance of any work on
43 the site of the work.
44
45 The use by the Owner of such plant and equipment shall be considered as extra work and
46 paid for accordingly.
47
48 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security
49 of the site from the time contractor's operations have commenced until final acceptance of
50 the work by the engineer and the Owner. The contractor shall employ such measures as
51 additional fencing, barricades, and watchmen service, as he deems necessary for the public
52 safety and for the protection of the site and his plant and equipment. The Owner will be
53 provided keys for all fenced, secured areas.
54
55 Section 1-08.12 is a new section:
57 -08.12 Attention to Work
58 The contractor shall give his personal attention to and shall supervise the work to the end
59 that it shall be prosecuted faithfully, and when he is not personally present on the work site,
60 he shall at all times be represented by a competent superintendent who shall have full
Lake Washington Boulevard Slip Plane 23
1 authority to execute the same, and to supply materials, tools, and labor without delay, and
2 who shall be the legal representative of the contractor. The contractor shall be liable for the
3 faithful observance of any instructions delivered to him or to his authorized representative.
4
5 1-09 Measurement and PaymentMEASUREMENT AND PAYMENT
6
7 1-09.1 Measurement of Quantities
8 Section 1-09.1 is supplemented by adding the following:
9 (,*,,.*)
10 Lump Sum. The percentage of lump sum work completed, and payment will be based on
11 the cost percentage breakdown of the lump sum bid price(s) submitted at the
12 preconstruction conference.
13
14 The Contractor shall submit a breakdown of costs for each lump sum bid item. The
15 breakdown shall list the items included in the lump sum together with a unit price of labor,
16 materials, and equipment for each item. The summation of the detailed unit prices for each
17 item shall add up to the lump sum bid. The unit price values may be used as a guideline for
18 determining progress payments or deductions or additions in payment for ordered work
19 changes.
20
21 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments
22 only in the following manner. Where items are specified to be paid by the cubic yard, the
23 following tally system shall be used.
24
25 All trucks to be employed on this work will be measured to determine the volume of each
26 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall
27 be no duplication of numbers.
28
29 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
30 on the project. All tickets received that do not contain the following information will not be
31 processed for payment:
32 1 Truck number
33 2 Quantity and type of material delivered in cubic yards
34 3 Drivers name, date and time of delivery
35 4 Location of delivery, by street and stationing on each street
36 5 Place for Engineer to acknowledge receipt
37 6 Pay item number
38 7 Contract number and/or name
39
40 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for
41 each truckload of material delivered. Pay quantities will be prepared on the basis of said
42 tally tickets.
43
44 Loads will be checked by Engineer to verify quantity shown on ticket.
45
46 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
47 given to the Inspector on the project at the time of delivery of materials for each truckload
48 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
49 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be
50 honored for payment.
51
52 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
53 duplication of numbers.
54
55 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
56 project. All tickets received that do not contain the following information will not be
57 processed for payment:
58 1. Truck number
59 2. Truck tare weight (stamped at source)
Lake Washington Boulevard Slip Plane 24
1 3. Gross truck load weight in tons (stamped at source)
2 4. Net load weight (stamped at source)
3 5. Driver's name, date, and time of delivery
4 6. Location for delivery by street and stationing on each street
5 7. Place for Engineer to acknowledge receipt
6 8. Pay item number
7 9. Contract number and/or name
8
9 1-09.3 Scope of Payment
10 Section 1-09.3 is supplemented by adding the following:
11 (*****.)
12 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in
13 the "Payment" clause of each Section of the Standard Specifications, will be the only items
14 for which compensation will be made for the Work described in or specified in that particular
15 Section when the Contractor performs the specified Work. Should a Bid Item be listed in a
16 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the
17 Contractor and the work is not stated as included in or incidental to a pay item in the contract
18 and is not work that would be required to complete the intent of the Contract per Section 1-
19 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change
20 Order.
21
22 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
23 Contract Documents are synonymous.
24
25 If the "payment" clause in the Specifications relating to any unit Bid Item price in the
26 Proposal Form requires that said unit Bid Item price cover and be considered compensation
27 for certain work or material essential to the item, then the work or material will not be
28 measured or paid for under any other Unit Bid Item which may appear elsewhere in the
29 Proposal Form or Specifications.
30
31 Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
32
33 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section
34 of the Specifications shall be considered as including all of the Work required, specified, or
35 described in that particular Section. Payment items will generally be listed generically in the
36 Specifications, and specifically in the bid form. When items are to be "furnished" under one
37 payment item and "installed" under another payment item, such items shall be furnished
38 FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
39 Materials to be "furnished," or "furnished and installed" under these conditions, shall be the
40 responsibility of the Contractor with regard to storage until such items are incorporated into
41 the Work or, if such items are not to be incorporated into the work, delivered to the
42 applicable Contracting Agency storage site when provided for in the Specifications. Payment
43 for material "furnished," but not yet incorporated into the Work, may be made on monthly
44 estimates to the extent allowed.
45
46
47 1-09.6 Force Account
48 Section 1-09.6 is supplemented as follows:
49 (******)
50 To provide a common basis for all bidders, Owner has estimated and included in the
51 Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts
52 are to become a part of Contractor's total bid. However, Owner does not warrant expressly
53 or by implication, that the actual amount of work will correspond with those estimates.
54 Payment will be made on the basis of the amount of work actually authorized in writing by
55 Engineer.
56
57 1-09.7 Mobilization
58 Section 1-09.7 is supplemented as follows:
59 (******)
Lake Washington Boulevard Slip Plane 25
1 Mobilization shall also include, but not be limited to, the following items: the movement of
2 Contractor's personnel, equipment, supplies, and incidentals to the project site; the
3 establishment of an office, buildings, and other facilities necessary for work on the project;
4 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses
5 required to complete the project not furnished by Owner.
6
7 This item shall also include providing Engineer and Inspectors with access to telephone,
8 facsimile machine, and copy machine during all hours Contractor is working on the jobsite;
9 and a table and chair for their use when needed.
10
11 Payment will be made for the following bid item(s):
12 "Mobilization," Lump Sum.
13
14 1-09.9 Payments
15 Section 1-09.9 is supplemented as follows:
16 (******)
17 Applications for payment shall be itemized and supported to the extent required by Engineer
18 by receipts or other vouchers showing payment for materials and labor, payments to
19 subcontractors, and other such evidence of Contractor's right to payment as Engineer may
20 direct.
21
22 Contractor shall submit a progress report with each monthly request for a progress payment.
23 The progress report shall indicate the estimated percent complete for each activity listed on
24 the progress schedule (see Section 1-08.3).
25
26 1-09.9(1) Retainage
27 Section 1-09.9(1) is supplemented as follows:
28 (******)
29 The retained amount shall be released as stated in the Standard Specifications if no
30 claims have been filed against such funds as provided by law and if Owner has no
31 unsatisfied claims against Contractor. In the event claims are filed, Owner shall
32 withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay
33 attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy
34 any claims by Owner against Contractor, until such claims have been finally settled.
35
36 Neither the final payment nor any part of the retained percentage shall become due until
37 Contractor, if requested, delivers to Owner a complete release of all liens arising out of
38 this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit
39 that so far as Contractor has knowledge or information, the release and receipts include
40 all labor and materials for which a lien could be filed: but Contractor may, if any
w 41 subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily
42 to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
43 payments are made, Contractor shall reimburse to Owner all monies that the latter may
44 be compelled to pay in discharging such lien, including all costs and reasonable
45 engineer's and attorney's fees.
46
47 1-09.11 Disputes and Claims
48
49 1-09.11(2) Claims
50 Paragraph 5 is revised as follows:
52 Failure to submit with the Final Application for Payment such information and details as
53 described in this section for any claim shall operate as a waiver of the claims by the
54 Contractor as provided in Section 1-09.9.
55
56 1-09.13 Claims Resolution
57
58 1-09.13(3)B Procedures to Pursue Arbitration
59 Section 1-09.13(3)B is supplemented by adding:
Lake Washington Boulevard Slip Plane 26
1 The findings and decision of the board of arbitrators shall be final and binding on the
2 parties, unless the aggrieved party, within 10 days, challenges the findings and decision
3 by serving and filing a petition for review by the superior court of King County,
4 Washington. The grounds for the petition for review are limited to showing that the
5 findings and decision:
6 1. Are not responsive to the questions submitted;
7 2. Is contrary to the terms of the contract or any component thereof;
8 3. Is arbitrary and/or is not based upon the applicable facts and the law
9 controlling the issues submitted to arbitration. The board of arbitrators shall
10 support its decision by setting forth in writing their findings and conclusions
11 based on the evidence adduced at any such hearing.
12
13 The arbitration shall be conducted in accordance with the statutes of the State of
14 Washington and court decisions governing such procedure.
15
16 The costs of such arbitration shall be borne equally by the City and the contractor
17 unless it is the board's majority opinion that the contractor's filing of the protest or action
18 is capricious or without reasonable foundation. In the latter case, all costs shall be
19 borne by the contractor.
20
21 1-10 TEMPORARY TRAFFIC CONTROL
22
23 1-10.1 General
24 Section 1-10.1 is supplemented by adding the following:
25 (*x****)
26 When the bid proposal includes an item for `Traffic Control," the work required for this item
27 shall be all items described in Section 1-10, including, but not limited to:
28 1. Furnishing and maintaining barricades, flashers, construction signing and other
29 channelization devices, unless a pay item is in the bid proposal for any specific
30 device and the Special Provisions specify furnishing, maintaining, and payment in a
31 different manner for that device;
32 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
33 control labor;
34 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction
35 signs and other traffic control devices;
36 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
37 construction signs and the traffic control devices, unless a pay item is in the bid
38 proposal to specifically pay for this work; and
39 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
40 replacing of the construction signs and the traffic control devices destroyed or
41 damaged during the life of the project.
42 6. Removing existing signs as specified or a directed by the engineer and delivering to
43 the City Shops or storing and reinstalling as directed by the Engineer.
44 7. Preparing a traffic control plan for the project and designating the person
45 responsible for traffic control at the work site. The traffic control plan shall include
46 descriptions of the traffic control methods and devices to be used by the prime
47 contractor, and subcontractors, shall be submitted at or before the preconstruction
48 conference, and shall be subject to review and approval of the Engineer.
49 8. Contacting police, fire, 911, and ambulance services to notify them in advance of
50 any work that will affect and traveled portion of a roadway.
51 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
52 periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the
53 special provisions, or as directed by the Engineer.
54 10. Promptly removing or covering all nonapplicable signs during periods when they
55 are not needed.
56
57 If no bid item "Traffic Control" appears in the proposal then all work required by these
58 sections will be considered incidental and their cost shall be included in the other items of
59 work.
Lake Washington Boulevard Slip Plane 27
1
2 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
3 equipment, or services which could not be usually anticipated by a prudent contractor for the
4 maintenance and protection of traffic, then a new item or items may be established to pay for
5 such items. Further limitations for consideration of payment for these items are that they are
6 not covered by other pay items in the bid proposal, they are not specified in the Special
7 Provisions as incidental, and the accumulative cost for the use of each individual
8 channelizing device, piece of equipment, or service must exceed $200 in total cost for the
9 duration of their need. In the event of disputes, the Engineer will determine what is usually
10 anticipated by a prudent contractor. The cost for these items will be by agreed price, price
11 established by the Engineer, or by force account. Additional items required as a result of the
12 contractor's modification to the traffic control plan(s) appearing in the contract shall not be
13 covered by the provisions in this paragraph.
14
15 If the total cost of all the work under the contract increases or decreases by more than 25
16 percent, an equitable adjustment will be considered for the item "Traffic Control" to address
17 the increase or decrease.
18
19 Traffic control and maintenance for the safety of the traveling public on this project shall be
20 the sole responsibility of Contractor and all methods and equipment used will be subject to
21 the approval of Owner.
22
23 Traffic control devices and their use shall conform to City of Renton standards and the
24 Manual on Uniform Traffic Control Devices.
25
26 Contractor shall not proceed with any construction until proper traffic control has been
27 provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be
28 charged against Contractor's allowable contract time, and shall not be the cause for a claim
29 for extra days to complete the Work.
30
31 1-10.2(1)B Traffic Control Supervisor
32 Paragraphs 1 and 2 are revised as follows:
33
34 A TCS shall be on the project whenever traffic control labor is required or as
35 authorized by the Engineer.
36
37 The TCS shall assure that all the duties of the TCS are performed during the
38 duration of the contract. During nonwork periods, the TCS shall be able to be on
39 the job site within a 45-minute time period after notification by the Engineer.
40
41 1-10.2(2) Traffic Control Plans
42 Section 1-10.2(2) is supplemented as follows:
43 (******)
44 The Contractor shall be responsible for assuring that traffic control is installed and
45 maintained in conformance to established standards. The Contractor shall continuously
46 evaluate the operation of the traffic control plan and take prompt action to correct any
47 problems that become evident during operation.
48
49 1-10.3 Flagging, Signs, and All Other Traffic Control Devices
50 Section 1-10.3 is supplemented as follows:
51 (******)
52 At the end of each working day, provisions shall be made for the safe passage of traffic and
53 pedestrians during non-working hours.
54
55 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M
56 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with
57 flashers.
58
59 1-10.3(3) Construction Signs
60 Section 1-10.3(3) paragraph 1 is revised as follows:
Lake Washington Boulevard Slip Plane 28
2 All signs required by the approved traffic control plan(s) as well as any other appropriate
3 signs prescribed by the Engineer, or required to conform with established standards, will
4 be furnished by the Contractor.
5
6 Section 1-10.3(3) paragraph 4 is revised as follows:
8 No separate pay item will be provided in the bid proposal for Class A or Class B
9 construction signs. All costs for the work to provide Class A or Class B construction
10 signs shall be included in the unit contract price for the various other items of the work
11 in the bid proposal.
w 12
13 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone
14 Section 1-10.3(6) is replaced with:
15
16 The construction sometimes requires that traffic be maintained on a portion of the
17 roadway during the progress of the work using one-way piloted traffic control. If this is
18 the case, the Contractor's operation shall be confined to one-half the roadway,
19 permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted
20 traffic control is necessary, it shall be provided for as follows:
21 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the
22 pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be
23 furnished by the Contractor.
24
25 1-10.4 Measurement
26 Section 1-10.4 is replaced with:
27 (*****x.)
28 No specific unit of measurement will apply to the lump sum item of "Traffic Control".
29
30 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
31 flaggers.
32
33 1-10.5 Payment
34 Section 1-10.5 is replaced with:
35 (******)
36 Payment for all labor, materials, and equipment described in Section 1-10 will be made in
37 accordance with Section 1-04.1, for the following bid items when included in the proposal:
38
39 `Traffic Control," lump sum.
40 The lump sum contract price shall be full pay for all costs not covered by other specific pay
41 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control
42 devices required by the contract and as directed by the and in conformance with
43 accepted standards and in such a manner as to maximize safety, and minimize disruption
44 and inconvenience to the public.
45
46 Progress payment for the lump sum item "Traffic Control" will be made as follows:
47 1. When in initial warning signs for the beginning of the Project and the end of
48 construction signs are installed and approved by the Engineer, 30 percent of the
49 amount bid for the item will be paid.
50 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on
51 a prorated basis in accordance with the total job progress as determined by
52 progress payments.
53
54 The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6
55 only when the total contract price increases or decreases by more than 25 percent.
56
57 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot
58 car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any
59 necessary flaggers will be paid under the item for traffic control.
60
Lake Washington Boulevard Slip Plane 29
1 The Lump Sum contract price shall be full pay for all costs for the labor provided for
2 performing those construction operations described in Section 1-10.3(1) and as authorized
3 by the Engineer.
4
5 The Lump Sum contract price shall be full pa for all costs for performing the work described
6 in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment,
7 and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and
8 ultimate return of all Contracting Agency-furnished signs
9
10 The Lump Sum contract price shall be full pay for all costs involved when a person performs
11 the duties described in Section 1-10.2(1)B including when performing traffic control labor
12 duties.
13
14 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle
15 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
16
17 The following is a new section with new subsections:
18 ******)
19 -11 RENTON SURVEYING STANDARDS
20 1-11.1(1) Responsibility for surveys
21 All surveys and survey reports shall be prepared under the direct supervision of a
22 person registered to practice land surveying under the provisions of Chapter 18.43
23 RCW.
24
25 All surveys and survey reports shall be prepared in accordance with the requirements
26 established by the Board of Registration for Professional Engineers and Land Surveyors
27 under the provisions of Chapter 18.43 RCW.
28
29 1-11,1(2) Survey Datum and Precision
30 The horizontal component of all surveys shall have as its coordinate base: The North
31 American Datum of 1983/91.
32
33 All horizontal control for projects must be referenced to or in conjunction with a minimum
34 of two of the City of Renton's Survey Control Network monuments. The source of the
35 coordinate values used will be shown on the survey drawing per RCW 58.09.070.
36
37 The horizontal component of all surveys shall meet or exceed the closure requirements
38 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
39 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
40 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by
41 ALTA and ACSM in 1992 or comparable classification in future editions of said
42 document. The angular and linear closure and precision ratio of traverses used for
43 survey control shall be revealed on the face of the survey drawing, as shall the method
44 of adjustment.
45
46 The horizontal component of the control system for surveys using global positioning
47 system methodology shall exhibit at least 1 part in 50,000 precision in line length
48 dependent error analysis at a 95 percent confidence level and performed pursuant to
49 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined
50 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative
51 Positioning Techniques dated August 1, 1989 or comparable classification in future
52 editions of said document.
53
54 The vertical component of all surveys shall be based on NAVD 1988, the North
55 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey
56 Control Network benchmarks. If there are two such benchmarks within 3000 feet of the
57 project site a tie to both shall be made. The benchmark(s) used will be shown on the
58 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one
59 must be set on or near the project in a permanent manner that will remain intact
Lake Washington Boulevard Slip Plane 30
1 throughout the duration of the project. Source of elevations (benchmark) will be shown
2 on the drawing, as well as a description of any bench marks established.
3
4 1-11.1(3) Subdivision Information
5 Those surveys dependent on section subdivision shall reveal the controlling monuments
6 used and the subdivision of the applicable quarter section.
7
8 Those surveys dependent on retracement of a plat or short plat shall reveal the
9 controlling monuments, measurements, and methodology used in that retracement.
10
11 1-11.1(4)Field Notes
12 Field notes shall be kept in conventional format in a standard bound field book with
13 waterproof pages. In cases where an electronic data collector is used field notes must
14 also be kept with a sketch and a record of control and base line traverses describing
15 station occupations and what measurements were made at each point.
16
17 Every point located or set shall be identified by a number and a description. Point
18 numbers shall be unique within a complete fob. The preferred method of point
19 numbering is field notebook, page and point set on that page. Example: The first point
20 set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,
21 the second point would be 348.16.02, etc.
22
23 Upon completion of a City of Renton project, either the field notebook(s) provided by the
24 City or the original field notebook(s) used by the surveyor will be given to the City. For
25 all other work, surveyors will provide a copy of the notes to the City upon request. In
26 those cases where an electronic data collector is used, a hard copy print out in ASCII
27 text format will accompany the field notes.
28
29 1-11.1(5) Corners and Monuments
30 Corner A point on a land boundary, at the juncture of two or more boundary lines. A
31 monument is usually set at such points to physically reference a corner's location on the
32 ground.
33
34 Monument Any physical object or structure of record which marks or accurately
35 references:
36
37 • A corner or other survey point established by or under the supervision of an
38 individual per section 1-11.1(1) and any comer or monument established by the
39 General Land Office and its successor the Bureau of Land Management including
40 section subdivision comers down to and including one-sixteenth comers; and
41 • Any permanently monumented boundary, right of way alignment, or horizontal
42 and vertical control points established by any governmental agency or private
43 surveyor including street intersections but excluding dependent interior lot
44 corners.
45
46 1-11.1(6) Control or Base Line Survey
47 Control or Base Line Surveys shall be established for all construction projects that will
48 create permanent structures such as roads, sidewalks, bridges, utility lines or
49 appurtenances, signal or light poles, or any non-single family building. Control or Base
50 Line Surveys shall consist of such number of permanent monuments as are required
51 such that every structure may be observed for staking or "as-builting" while occupying
52 one such monument and sighting another such monument. A minimum of two of these
53 permanent monuments shall be existing monuments, recognized and on record with the
54 City of Renton. The Control or Base Line Survey shall occupy each monument in turn,
55 and shall satisfy all applicable requirements of Section 1-11.1 herein.
56
57 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate
58 scale. North orientation should be clearly presented and the scale shown graphically as
59 well as noted. The drawing must be of such quality that a reduction thereof to one-half
60 original scale remains legible.
Lake Washington Boulevard Slip Plane 31
2 If recording of the survey with the King County Recorder is required, it will be prepared
3 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW.
4 A photographic mylar of the drawing will be submitted to the City of Renton and, upon
5 their review and acceptance per the specific requirements of the project, the original will
6 be recorded with the King County Recorder.
7
8 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch
9 mylar, and the original or a photographic mylar thereof will be submitted to the City of
10 Renton.
11
12 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and
13 shall conform to the City of Renton's Drafting Standards. American Public Works
14 Association symbols shall be used whenever possible, and a legend shall identify
15 symbols used if each point marked by a symbol is not described at each use. all
16
17 An electronic listing of all principal points shown on the drawing shall be submitted with
18 each drawing. The listing should include the point number designation (corresponding
19 with that in the field notes), a brief description of the point, and northing, easting, and
20 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media.
21
22 1-11.1(7) Precision Levels
23 Vertical Surveys for the establishment of bench marks shall satisfy all applicable
24 requirements of section 1-05 and 1-11.1.
25
26 Vertical surveys for the establishment of bench marks shall meet or exceed the
27 standards, specifications and procedures of third order elevation accuracy established
28 by the Federal Geodetic Control Committee.
29
30 Bench marks must possess both permanence and vertical stability. Descriptions of
31 bench marks must be complete to insure both recoverablilty and positive identification
32 on recovery.
33
34 1-11.1(8) Radial and Station -- Offset Topography
35 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
36
37 All points occupied or back sighted in developing radial topography or establishing
38 baselines for station -- offset topography shall meet the requirements of section 1-11.1
39 herein.
40
41 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall
42 be observed for all topographic surveys.
43
44 1-11.1(9) Radial Topography
45 Elevations for the points occupied or back sighted in a radial topographic survey shall
46 be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or
47 Federal Geodetic Control Committee third order elevation accuracy specifications, OR
48 2) trigonometric leveling with elevation differences determined in at least two directions
49 for each point and with misclosure of the circuit not to exceed 0.1 feet.
50
51 1-11.1(10) Station--Offset Topography
52 Elevations of the baseline and topographic points shall be determined by spirit leveling
53 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points
54 and shall not exceed 0.1 foot's error as to side shots.
55
56 1-11.1(11) As-Built Survey
57 All improvements required to be "as-built" (post construction survey) per City of Renton
58 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be
59 located both horizontally and vertically by a Radial survey or by a Station offset survey.
60 The as-built survey must be based on the same base line or control survey used for
Lake Washington Boulevard Slip Plane 32
1 the construction staking survey for the improvements being "as-built". The "as-built"
2 survey for all subsurface improvements should occur prior to backfilling. Close
3 cooperation between the installing contractor and the "as-builting" surveor is therefore
4 required. y
5
6 All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall
7 be based upon control or base line surveys made in conformance with these
8 Specifications.
9
10 The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and
11 submitted with stamped and signed "as-built" drawings which includes a statement
- 12 certifying the accuracy of the "as built".
13
14 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall
15 be observed for all "as-built" surveys.
16
17 1-11.1(12) Monument Setting and Referencing
18 All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat
19 or other recorded survey shall be referenced by a permanent marker at the comer point
20 per 1-11.2(1). In situations where such markers are impractical or in danger of being
21 destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases,
22 this will be the extension of the lot line to a tack in lead in the curb. The relationship
23 between the witness monuments and their respective corners shall be shown or
24 described on the face of the plat or survey of record, e.g., "Tacks in lead on the
25 extension of the lot side lines have been set in the curbs on the extension of said line
26 with the curb." In all other cases the comer shall meet the requirements of section 1-
27 11.2(1) herein.
28
29 All non comer monuments, as defined in 1-11.1(5), shall meet the requirements of
30 section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way
31 or other area, the monument shall be set below the ground surface and contained within
32 a lidded case kept separate from the monument and flush with the pavement surface,
33 persection 1-11.2(3).
34
35 In the case of right of way centerline monuments all points of curvature (PC), points of
36 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point
37 of intersection, PI, for the tangents of a curve fall within the paved portion of the right of
38 way, a monument can be set at the PI instead of the PC and PT of the curve.
39
40 For all non comer monuments set while under contract to the City of Renton or as part
41 of a City of Renton approved subdivision of property, a City of Renton Monument Card
42 (furnished by the city identifying the monument; point of intersection (PI), point of
43 tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street
44 intersection, etc., complete with a description of the monument, a minimum of two
45 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out
46 and filed with the city.
47
48 1-11.2 Materials
- 49
50 1-11.2(1) Property/Lot Corners
51 Corners per 1-11.1(5) shall be marked in a permanent manner such as 112 inch
52 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and
53 permanently marked or tagged with the surveyor's identification number. The specific
54 nature of the marker used can be determined by the surveyor at the time of installation.
55
56 1-11.2(2) Monuments
57 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton
58 Standard Plans page H031 and permanently marked or tagged with the surveyor's
59 identification number.
- 60
Lake Washington Boulevard Slip Plane 33
1 1-11.2(3) Monument Case and Cover
2 Materials shall meet the requirements of section 9-22 and City of Renton Standard
3 Plans page H031.
4
5
6 DIVISION 2
7 EARTHWORK
8
9 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
10
11 2-01.1 Description
12 Section 2-01.1 is supplemented as follows:
13 (******)
14 The limits of clearing and grubbing (construction limits) shall be defined as being the
15 construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any
16 trees abutting or adjacent to the limits of clearing and grubbing are damaged and require
17 removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to
18 remain within the clearing and grubbing limits shall be left undamaged by the Contractor's
19 operations. Any flagged trees which are damaged shall be replaced in kind at the
20 Contractor's expense.
21
22 Existing landscaping outside the construction limits, including but not limited to, sod,
23 rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected
24 from damage.
25
26 The property owners shall be responsible for removing and/or relocating irrigation
27 equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping
28 materials within the construction limits that they wish to save. The Contractor shall give
29 Property owners 10 days' written notice prior to removing landscaping materials. All
30 landscaping materials that remain in the construction limits after that time period shall be
31 removed and disposed of, by the Contractor, in accordance with Section 2-01 of the
32 Standard Specifications, these Special Provisions, and the Plans.
33
34 The Contractor shall receive approval from the Engineer prior to removal.
35
36 2-01.2 Disposal of Usable Material and Debris
37 Section 2-01.2 is supplemented as follows:
38 (******)
39 The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
40
41 2-01.5 Payment
42 Section 2-01.5 is supplemented as follows:
43 (******)
44 The lump sum price for "Clearing and Grubbing" shall be full compensation for all work
45 described herein and shown in the Plans, including removing trees and shrubbery where
46 shown in the Plans and directed by the Engineer.
47
48 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
49
50 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
51 Section 2-02.3(3) is revised and supplemented as follows:
52 (******)
53 Item "1." Is revised as follows:
54 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul
55 broken-up pieces to some off-project site.
56
57 The section is supplemented as follows:
Lake Washington Boulevard Slip Plane 34
1 When an area where pavement, sidewalk, or driveway has been removed is to be
2 opened to traffic before pavement patching has been completed, temporary mix asphalt
3 concrete patch shall be required. Temporary patching shall be placed to a minimum
4 depth of 2 inches immediately after backfilling and compaction are complete, and before
5 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion
6 of the Engineer.
7
8 Section 2-02.3(4) is new:
10 2-02.3()4) Cutting Pavement, Sidewalks, and Curbs
11 All transitions to existing asphalt or cement concrete driveways, parking lots, curb and
12 gutter, and walkways shall be vertically sawcut full-depth with straight, uniform edges.
13 Existing asphalt pavement roadway edge may be cut with a wheel, provided the
14 wheelcut is full depth and no damage occurs to the pavement which is to remain.
15 Neither impact tools nor pavement breakers may be used for trench crossing of existing
16 pavement. Trench crossing of existing pavement shall be vertically sawcut.
17
18 Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the
19 Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut
20 pavement to full depth, regardless of number of passes necessary. If, in the opinion of
21 the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment,
22 the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost
23 to the Owner.
24
25 Section 2-02.4 replaces the existing vacant section:
27 2-02.4 Measurement
28 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear
29 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for
30 separate payment, but shall be included in other items of Work.
31
32 2-02.5 Payment
33 Section 2-02.5 is supplemented by adding:
34 (******)
35 "Saw Cutting", per Lineal Foot.
36 "Remove Sidewalk", per Square Yard.
37 "Remove Curb and Gutter', per Lineal Foot.
38 "Cold Mix", per Ton
39 "Remove Asphalt Concrete Pavement," per square yard.
40 "Remove Cement Concrete pavement," per square yard.
41 "Remove existing " per
42 '
43 All costs related to the removal and disposal of structures and obstructions including saw
44 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and
45 included in other items unless designated as specific bid items in the proposal. If pavements,
46 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay
47 items, their removal will be paid for as part of the quantity removed in excavation. If they are
48 mentioned as a separate item in the proposal, they will be measured and paid for as
49 provided under Section 2-02.5, and will not be included in the quantity calculated for
50 excavation.
51
52 2-03 ROADWAY EXCAVATION AND EMBANKMENT
53
54 2-03.3 Construction Requirements
55 Section 2-03.3 is supplemented by adding the following:
56 (******)
57 Roadway excavation shall include the removal of all materials excavated from within the
58 limits shown on the plans. Suitable excavated material shall be used for embankments,
Lake Washington Boulevard Slip Plane 35
1 while surplus excavated material or unsuitable material shall be disposed of by the
2 Contractor.
3
4 Earthwork quantities and changes will be computed, either manually or by means of
5 electronic data processing equipment, by use of the average end area method. Any
6 changes to the proposed work as directed by the Engineer that would alter these quantities
7 shall be calculated by the Engineer and submitted to the Contractor for his review and
8 verification.
9
10 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
11 the Engineer, shall not be paid for. All work and material required to return these areas to
12 their original conditions, as directed by the Engineer, shall be provided by the Contractor at
13 his sole expense.
14
15 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
16 shown on the Plans. In filled and backfilled areas, fine grading shall begin during the
17 placement and the compaction of the final layer. In cut sections, fine grading shall begin
18 within the final six (6) inches of cut. Final grading shall produce a surface which is smooth
19 and even, without abrupt changes in grade.
20
21 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
22 sections, grades and elevations shown. Care shall be taken not to excavate below the
23 specified grades. The contractor shall maintain all excavations free from detrimental
24 quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work.
25
26 Following removal of topsoil or excavation to grade and before placement of fills or base
27 course, the subgrade under the roadway shall be proofrolled to identify any soft or loose
28 areas which may warrant additional compaction or excavation and replacement.
29
30 The Contractor shall provide temporary drainage or protection to keep the subgrade free
31 from standing water.
32
33 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall
34 be taken to place excavated material at the optimum moisture content to achieve the
35 specified compaction. Any native material used for fill shall be free of organics and debris
36 and have a maximum particle size of 6 inches.
37
38 It shall be the responsibility of the Contractor to prevent the native materials from becoming
39 saturated with water. The measures may include sloping to drain, compacting the native
40 materials, and diverting runoff away from the materials. If the Contractor fails to take such
41 preventative measures, any costs or delay related to drying the materials shall be at his own
42 expense.
43
44 If the native materials become saturated, it shall be the responsibility of the Contractor to dry
45 the materials, to the optimum moisture content. If sufficient acceptable native soils are not
46 available to complete construction of the roadway embankment, Gravel Borrow shall be
47 used.
48
49 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
50 though a subgrade trimmer were specified.
51
52 If sufficient acceptable native soils, as determined by the Engineer, are not available to
53 complete construction of the roadway embankment, Gravel Borrow meeting the
54 requirements of Section 9-03.14 of the Standard Specifications shall be used.
55
56 2-03.4 Measurement
57 Section 2-03.4 is supplemented by adding the following:
58 (******)
59 At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable
60 foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in
Lake Washington Boulevard Slip Plane 36
1 the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each
2 load removed. Each ticket shall have the truck number, time and date, and be approved by
3 the engineer.
4
` 5 2-03.5 Payment
6 Section 2-03.5 is revised as follows:
7 (******)
8 Payment for embankment compaction will not be made as a separate item. All costs for
9 embankment compaction shall be included in other bid items involved.Payment will be made
10 for the following bid items when they are included in the Proposal:
11 "Roadway Excavation Including Haul," Per Cubic Yard
12 "Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
13 "Gravel Borrow Including Haul," Per Ton
14
15 When the Engineer orders excavation below subgrade, unit contract prices for roadway
16 excavation and haul shall apply, unless the work and/or equipment to perform the work
17 differs materially from the excavation above subgrade, then payment will be in accordance
18 with the item "Unsuitable Foundation Excavation Including Haul". In this case, all items of
19 work other than roadway excavation shall be paid at unit contract prices.
20
21 The unit contract price per cubic yard for "Roadway Excavation Including Haul' shall be full
22 pay for excavating, loading, placing, or otherwise disposing of the material.
23
24 The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul'
25 shall be full pay for excavating, loading, and disposing of the material.
26
27 Payment for embankment compaction will not be made as a separate item. All costs for
28 embankment compaction shall be included in other bid items involved.
29
30 2-04 HAUL
31
32 2-04.5 Payment
µ 33 Section 2-04.5 is revised and supplemented as follows:
34 (******)
35 All costs for the hauling of material to, from, or on the job site shall be considered incidental
36 to and included in the unit price of other units of work.
37
38 2-06 SUBGRADE PREPARATION
39
40 2-06.5 Measurement and Payment
41 Section 2-06.5 is supplemented by adding the following:
42 (******)
43 Subgrade preparation and maintenance including watering shall be considered as incidental
44 to the construction and all costs thereof shall be included in the appropriate unit or lump sum
45 contract bid prices.
46
47 2-09 STRUCTURE EXCAVATION
48
49 2-09.1 Description
50 Section 2-09.1 is supplemented by adding the following:
51 (******)
52 This work also includes the excavation, haul, and disposal of all unsuitable materials such as
53 peat, muck, swampy or unsuitable materials including buried logs and stumps.
54
55 2-09.3(1)D Disposal of Excavated Material
56 Section 2-09.3(1)D is revised as follows:
Lake Washington Boulevard Slip Plane 37
1 The second paragraph is replaced with:
2 All costs for disposing of excavated material within or external to the project limits
3 shall be included in the unit contract price for structure excavation, Class A or B.
4
5 The third paragraph is replaced with:
6 If the contract includes structure excavation, Class A or B, including haul, the u nit
7 contract price shall include all costs for loading and hauling the material the full
8 required distance, otherwise all such disposal costs shall be considered incide
9 to the work. full
10
11 2-09.4 Measurement
12 Section 2-09.4 is revised and supplemented as follows:
13 (*****.k)
14 ...
15 Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer,
16 sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place
17 determined by the neat lines required by the Plans or by the ton as measured in
18 conformance with section 1-09.2.
19 ...
20
21 2-09.5 Payment
22 Section 2-09.5 is revised and supplemented as follows:
23 (**.***)
24 Payment will be made for the following bid items when they are included in the proposal:
25 "Structure Excavation Class A", per cubic yard.
26 "Structure Excavation Class B", per cubic yard.
27 "Structure Excavation Class A Incl. Haul", per cubic yard.
28 "Structure Excavation Class B Incl. Haul", per cubic yard.
29
30 Payment for reconstruction of surfacing and paving within the limits of structure excavation
31 will be at the applicable unit prices for the items involved.
32
33 If the Engineer orders the Contractor to excavate below the elevations shown in the plans,
34 the unit contract price per cubic yard for"Structure Excavation Class A or B" will apply. But if
35 the Contractor excavates deeper than the plans or Engineer requires, the Contracting
36 Agency will not pay for material removed from below the required elevations. In this case,
37 the Contractor, at no expense to the Contracting Agency, shall replace such material with
38 concrete or other material the Engineer approves. The unit contract price per cubic yard for
39 the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools,
40 equipment, and pumping, or shall be included in the unit bid price of other items of work if
41 "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the
42 contract.
43
44 "Shoring or Extra Excavation Class B", per square foot.
45 The unit contract price per square foot shall be full pay for all excavation, backfill,
46 compaction, and other work required when extra excavation is used in lieu of constructing
47 snoring. If select backfill material is required for backfilling within the limits of the structure
48 excavation, it shall also be required as backfill material for the extra excavation at the
49 Contractor's expense. Any excavation or backfill material being paid by unit price shall be
50 calculated by the Engineer only for the neat line measurement of the excavation and shall
51 not include the extra excavation beyond the neat line.
52
53 If there is no bid item for shoring or extra excavation Class B on a square foot basis and the
54 nature of the excavation is such that shoring or extra excavation is required as determined
55 by the Engineer, then shoring or extra excavation shall be considered incidental to the work
56 involved and no further compensation shall be made.
57
58 "Gravel Backfill (Kind) for(Type of Excavation)", per cubic yard or per Ton.
59 "Controlled Density Fill", per cubic yard.
60
Lake Washington Boulevard Slip Plane 38
1 When gravel backfill is paid by the ton, the Contractor shall take care to assure to the
2 satisfaction of the Engineer that such per ton backfill is only being used for the specified
3 purpose and not for purposes where backfill is incidental or being paid by cubic yard.
4 Evidence that per ton gravel backfill is not being used for its designated purpose shall be
5 grounds for the Engineer to deny payment for such load tickets.
6
7
8 DIVISION 5
9 SURFACE TREATMENTS AND PAVEMENTS
10
11 5-04 ASPHALT CONCRETE PAVEMENT
- 12
13 5-04.3(8)A Acceptance Sampling and Testing
14 Section 5-04.3(8)A is replaced with:
16 1. General. Acceptance of asphalt cement concrete shall be provided under a
17 nonstatistical acceptance. Determination of nonstatistical acceptance shall be
18 based on proposal quantities and shall consider the total of all bid items
19 involving mix of a specific class.
20
21 Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G)
22 shall be evaluated for quality of gradation on a daily basis by the Contractor.
23 This gradation analysis shall be based on WSDOT Test Method 104 and the
24 results delivered to the Contracting Agency by noon of the following working
25 day. This information shall be used by the Engineer to evaluate conformance
26 with Section 9-03.8(6)A.2. Asphalt content shall be tested at the Engineer's
27 discretion if the Compaction Pay Factor(Section 5-04.3(10)B) falls below 1.00.
28
29 The Contracting Agency may take their own independent gradation samples at
30 the stockpile to confirm the gradation testing done by the contractor. If the
31 independent sample gradation varies from the Contractor's data by more than
32 t3% for sieve sizes greater than 1/4" and f2% for sieves smaller than the No.
33 10, then the costs of the sampling and testing shall be borne by the Contractor.
34 If the test results vary from the Contractor's data within the ranges listed
35 above, then the cost of sampling and testing will be borne by the Contracting
36 Agency.
37
38 2. Aggregates. Aggregates will be accepted for sand equivalent and fracture
39 based on their conformance to the requirements of Section 9-03.8(2).
40
41 3. Asphalt Cement. Asphalt Cement will be accepted based on conformance to
42 the requirements of Section 9-02.1(4). Testing of asphalt properties to assure
43 certification shall be the responsibility of the contractor. If the vendor or grade
44 of the asphalt cement changes, a new job mix formula (JMF) shall be
45 evaluated and approved.
46
47 4. Asphalt Concrete Mixture
48 A. Sampling
49 (1) A sample will not be obtained from either the first or last 25 tons of
50 mix produced in each production shift.
51 (2) When a sample from uncompacted mix is needed, the Contractor
52 shall ensure that the samples can be obtained in accordance with
53 WAQTC FOP for AASHTO T168.
54 B. Definition of Sampling Lot and Sublot. For the purpose of acceptance
55 sampling and testing, a lot is defined as the total quantity of material or
56 work produced for each job mix formula (JMF). Only one lot per JMF is
57 expected to occur. The JMF is defined in Section 9-03.8(6)A (Basis of
58 Acceptance). The Contractor may not make any changes to the JMF
59 without prior written approval of the Engineer.
Lake Washington Boulevard Slip Plane 39
1
2 Sampling and testing for nonstatistical acceptance shall be performed on
3 a random basis at a minimum frequency of one sample for each sublot of
4 400 tons or each day's production, whichever is least. When proposal
5 quantities exceed 1,200 tons for a class of mix under nonstatistical
6 acceptance, sublot size shall be determined to the nearest 100 tons to
7 provide not less than three uniform sized sublots, based on proposal
8 quantities, with a maximum sublot size of 800 tons.
9 C. Test Results. The Engineer will furnish the Contractor with a copy of the
10 results as they become available. The rest of subsection C is deleted.
11 D. Test Method. When sample testing of asphalt content is necessary,
12 acceptance for compliance will use the WSDOT FOP for AASHTO Test
13 Method T 308. When sample testing of gradation is necessary,
14 acceptance testing for compliance of gradation will use the WSDOT FOP
15 for AASHTO T 308.
16 E. Reject Mixture
17 (1) Rejection by Contractor. The Contractor ma
18 to remove any defective material and replace prior
t with new materialleat
19 no expense to the Contracting Agency. Any such new material will be
20 sampled, tested, and evaluated for acceptance.
22 (2) Rejection by Engineer Without Testing. The Engineer may, without
sampling, reject any batch, load, or section of roadway that appears
23 defective in gradation or asphalt content. Material rejected before
24 placement shall not be incorporated into any pavement. Any rejected
25 section of compacted pavement shall be removed.
26
27 No payment will be made for the rejected materials or the removal of
28 the materials unless the Contractor requests that the rejected material
29 be tested. If the Contractor elects to have the rejected material tested,
30 a minimum of three representative samples will be obtained and
31 tested. Representative samples to be removed for testing from
32 compacted pavement shall be removed by coring. Acceptance of the
33 initially rejected material will use the acceptance sampling and
34 testing methods. If the material does not fall within the job mix
35 formula tolerances of Section 9-03.8(6)A, the mix will be rejected and
36 all costs associated with sampling, testing and removal shall be bome
37 by the Contractor. The rejected material must be removed and
38 replaced with new material at no expense to the Contracting Agency.
39 If the material falls within the job mix formula tolerances, the mix will
40 be accepted for quality of mix but will remain subject to the
41 compaction adjustment of Section 5-04.3(10) and all costs associated
42 with sampling and testing will be bome by the Contracting Agency.
43
44 5-04.3(10)A General
45 Section 5-04.03(10)A is supplemented by adding the following:
47 The Contractor shall not use vibration when compacting on a street where A.C.
48 Line (Transite) is in place (refer to City of Renton Comprehensive Water System
49 Plan to identify locations of A.C. lines.)
50
51 5-04.3(10)B Control
52 Section 5-04.3(10)B is replaced with:
53 (******)
54 Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including
55 lanes for ramps, truck climbing, weaving, and speed change, and having a
56 specified compacted course thickness greater than 0.10 foot, shall be compacted to
57 a specified level of relative density. The testing shall occur on a sublot basis using
58 the definition of a sublot described in Section 5-04.3(8). The specified level of
59 relative density shall be 92 percent of the reference maximum density. The
60 reference maximum density shall be determined as that developed in the job mix
Lake Washington Boulevard Slip Plane 40
- 1 formula (JMF). If the Contractor chooses, a moving average of the three most
2 recent tests of maximum density may be determined through the use of WSDOT
3 Test Method 715 by the Contractor at the Contractor's expense. The specified level
4 of density attained will be determined by the average of three nuclear density
5 gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOP T 729
6 on the day the mix is placed (after completion of the finish rolling) at locations
7 determined by random within each density lot The Engineer will furnish a copy of
8 the results of all acceptance testing performed in the field as soon as the results are
9 available. Pavement compaction below 89 percent of the reference maximum
10 density shall not be accepted. Relative densities falling between 89 percent and 92
11 percent shall be subject to the price adjustments of Section 5-04.5(1)B.
12
13 For compaction lots falling below a CPF of 1.00 and thus subject to price reduction
14 or rejection, cores may be used as an alternative to the nuclear density gauge
15 tests. When the Contracting Agency requests cores and the level of relative
16 density within a sublot is less than 92.0 percent, the cost for coring and testing shall
17 be borne by the Contractor. When the Contracting Agency requests cores and the
18 level of relative density within a sublot is greater than 92.0 percent, the cost for
19 coring and testing shall be borne by the Contracting Agency.
20
21 At the start of paving, the Contractor must demonstrate to the Engineer that the mix
22 is compactible by constructing compaction test section(s). Test section(s) shall be
23 constructed using the compaction train and a variety of rolling patterns that the
24 Contractor expects to use in the paving operation. A test section will be considered
25 to have established compatibility, based on the results of three density
26 determinations, when the average of the three tests exceeds 92 percent of Rice or
27 when all three tests individually exceed 91 percent of Rice. This will require
28 consideration of the presence of a correlation factor for the nuclear gauge and may
29 require final resolution after the factor for the gauge is known. A minimum 1.00
30 compaction pay factor shall be used until a gauge correlation factor is known, and
31 until the mix is considered compactable. When construction of the test section(s)
32 has demon-strated that the mix is not compactable, paving must stop. To resume
33 paving, all factors contributing to compaction shall be analyzed and Engineer
34 approved changes made, which may require a new mix design. When paving is
35 resumed, the Contractor must again, as previously defined, demonstrate that the
36 mix is compactable. If the Contractor does not construct test section(s), the mix is
37 considered compactable and all mix placed will be evaluated according to Section
38 5-04.3(10)B.
39
40 Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other
41 than listed above shall be compacted on the basis of a test point evaluation of the
42 compaction train. The test point evaluation shall be performed in accordance with
43 instructions from the Engineer. The number of passes with an approved
44 compaction train, required to attain the maximum test point density, shall be used
45 on all subsequent paving.
46
47 Asphalt Concrete Class D and preleveling mix shall be compacted to the
48 satisfaction of the Engineer.
49
50 In addition to the randomly selected locations for tests of the density, the Engineer
51 may also isolate from a normal lot any area that is suspected of being defective in
52 relative density. Such isolated material will not include an original sample location.
53 A minimum of three randomly located density tests will be taken. The isolated area
54 will then be evaluated for price adjustment in accordance with this section,
55 considering it as a separate sublot.
56
57 Section 5-04.3(22) is new:
58 ( ** * )
Lake Washington Boulevard Slip Plane 41
1 5-04.3(22) Permanent Pavement Patching
2 Pavement patching shall be scheduled to accommodate the demands of traffic and shall
3 be performed as rapidly as possible to provide maximum safety and convenience to
4 public travel.
5
6 Proper signs, barricades, lights, and other warning devices, per Contractor's approved
7 Traffic Control Plan, and per Sections 1-07.23 and 1-10 of the Standard Specifications
8 and Special Provisions, shall be maintained all 24 hours of the day until the patch is
9 completed and ready for traffic.
10
11 The placing and compaction of the trench backfill, and the preparation and compaction
12 of the sub grade shall be in accordance with the requirements of the various applicable
13 sections of the Standard Specifications, Special Provisions, and in 14 Trenches must be patched or covered with a steel plate duri ghal tlCtonitra tor'snon-
15 working hours, except in areas where the roadway remains closed to public traffic.
16 Steel plates must be anchored.
17
18 Before the patch is constructed, all pavement cuts shall be trued so that the marginal
19 lines of the patch will form a rectangle with reasonable straight edges and vertical faces.
20
21 After the subgrade has been prepared, asphalt concrete pavement Class A shall be
22 placed to a thickness as shown in the Plans. The edges of the existing asphalt
23 pavement and castings shall be painted with hot asphalt cement or asphalt emulsion
24 immediately before placing the asphalt patching material. The asphalt concrete
25 pavement shall then be placed, leveled, and compacted to conform to all the adjacent
26 paved surface. Immediately thereafter, all joints between the new and original asphalt e covered with dry
27 pavement shall be painted with hot asphalt or asphalt emulsion and b
28 paving sand before the asphalt solidifies. The material for tacking the bottom and sides
29 of patches for asphaltic concrete shall be CRS-2 cationic emulsified asphalt per Section
30 9-02.1(6) of the Standard Specifications. For sealing the edges after placing the
31 asphaltic concrete patch, the Contractor shall use a light cutback, RC70 rapid curing
32 liquid asphalt, and then sand the surface to prevent tracking.
33
34 If the pavement is to be overlayed after patching, the joints will not need to be painted
35 with hot asphalt or asphalt emulsion after the patch is placed.
36
37 5-04.5 Payment
38 Section 5-04.5 is supplemented as follows:
39 (......k)
40 Wisc and/or Driveway Asphalt Conc. Cl. ", per ton. This item, when included in the
41 contract, includes asphalt paving for areas such as driveways and traffic islands that are not
42 part of other paving work.
43
44 5-04.5(1) Quality Assurance Price Adjustments
45 Section 5-04.5(1) Quality Assurance Price Adjustments is deleted.
46
47 5-04.5(1)A Price Adjustments for Quality of AC Mix
48 Section 5-04.5(1)A is replaced with the following:
49
50 Nonstatistical Acceptance: Each lot of asphalt concrete pavement produced and
51 having all constituents falling within the limits of the job mix formula shall be
52 accepted at the unit contract price. If the constituents of the mix fall outside the
53 limits of the job mix formula, the mix shall not be accepted (see Section 5-04.3(8)
54 Rejection of Mixture).
55
56 5-04.5(1)B Price Adjustments for Quality AC Compaction
57 Section 5-04.5(1)B is replaced with:
58 (******)
Lake Washington Boulevard Slip Plane 42
1 For each sublot a Compaction Pay Factor will be determined based on the relative
2 density of the tests. The following table lists the Compaction Pay Factors and their
3 associated relative density.
4 Relative Density Compaction Pay Factor
5 (average of three tests)
6 >92.0 1.00
7 91.5 0.99
8 91.0 0.95
9 90.5 0.91
10 90.0 0.85
11 89.5 0.80
12 89.0 0.75
13
14
15
16 DIVISION 8
17 MISCELLANEOUS CONSTRUCTION
18
19 8-04 CURBS, GUTTERS, AND SPILLWAYS
20
21 8-04.3 Construction Requirements
22 Section 8-04.3 is supplemented as follows:
23 (******)
24 Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and
25 gutter, Renton Standard Plan F001 and extruded curb Renton Standard Plan F004.
26
27 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly
28 placed concrete. Damaged, vandalized or unsightly concrete shall be removed and replaced
29 at the Contractor's expense.
30
31 The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip
32 elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed
33 higher than the adjacent pavement.
34
35 8-09 RAISED PAVEMENT MARKERS
36
37 8-09.5 Payment
38 Section 8-09.5 has been revised as follows:
39 (......)
40 Payment will be made for each of the following bid items that are included in the proposal:
41 "Raised Pavement Marker Type 1", per each.
42 "Raised Pavement Marker Type 2", per each.
43 "Raised Pavement Marker Type 3- In.", per each.
44 "Recessed Pavement Marker', per each.
45 The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement
46 Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed
47 Pavement Marker'shall be full pay for all labor, materials, and equipment necessary for
48 furnishing and installing the markers in accordance with these Specifications including all
49 cost involved with traffic control unless traffic control is listed in the contract as a separate
50 pay item.
51
52 8-13 MONUMENT CASES
53
54 8-13.1 Description
55 Section 8-13.1 is revised and supplemented as follows:
Lake Washington Boulevard Slip Plane 43
1 This work shall consist of furnishing and placing monument cases and covers, in accordance
2 with the Standard Plans and these Specifications, in conformity with the lines and locations
3 shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor.
4
5 8-13.3 Construction Requirements
6 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
7 (******)
8 The monument will be furnished and set by the Engineer or by the Contractor supplied
9 surveyor.
10
11 When existing monuments will be impacted by a project, the Contractor shall be responsible
12 for assuring that a registered surveyor references the existing monuments prior to
13 construction. After construction is complete, the monuments shall be re-established by the
14 surveyor in accordance with RCW58.09.130.
15
16 8-13.4 Measurement
17 Section 8-13.4 is supplemented by adding the following:
18 (******)
19 All costs for surveying and resetting existing monuments impacted by contruction shall be
20 considered incidental to the contract unless specifically called out to be paid as a bid item.
21
22 8-13.5 Payment
23 Section 8-13.5 is supplemented by adding the following:
24 (******)
25 "Reset Existing Monument" per each.
26
27 Resetting an existing monument impacted by construction shall be incidental unless included
28 as a pay item in the Schedule of Prices.
29
30 8-14 CEMENT CONCRETE SIDEWALKS
31
32 8-14.1 Description
33 Section 8-14.1 is supplemented as follows:
34 (******)
35 This work shall also consist of providing curb ramps (cement concrete wheelchair ramps) in
36 accordance with Renton Standard Plans F005.1 and F007.
37
38 8-14.3(4) Curing
39 Section 8-14.3(4) is replaced with:
41 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
42 Specifications shall prevail, except that white pigmented curing compound shall not be
43 used on sidewalks. The curing agent shall be applied immediately after brushing and
44 be maintained for a period of 5 days.
45
46 The Contractor shall have readily available sufficient protective covering, such as
47 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
48 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian
49 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional
50 time as the Engineer may specify.
51
52 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting
53 the newly placed concrete to prevent damage. Damaged, vandalized, discolored,
54 stained, or unsightly concrete shall be removed and replaced at the expense of the
55 Contractor.
56
57 8-14.4 Measurement
58 Section 8-14.4 is supplemented by adding the following:
Lake Washington Boulevard Slip Plane 44
1 When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
2 measurement shall include all costs for the complete installation per the plans and standard
3 details including expansion joint material, curb and gutter and ramped sidewalk section.
4 Sawcutting, removal and disposal of excavated materials including existing pavement and
5 sidewalk, crushed surfacing base materials and all other work, materials and equipment
6 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement
7 Concrete" unless any of these other items are listed and specified to be paid as separate
8 pay items.
9
10 If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans
11 call for such installation, then quantities shall be measured with and paid for under the bid
12 items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be
13 constructed of asphalt concrete, the payment shall be included in the pay item for
14 "Miscellaneous and/or Driveway Asphalt Concrete."
15
16 8-14.5 Payment
17 Section 8-14.5 is supplemented by adding the following:
18 (******)
19 "Curb Ramp, Cement Concrete," per each.
20
21 Payment for excavation of material not related to the construction of the sidewalk but
22 necessary before the sidewalk can be placed, when and if shown in the Plans, will be made
23 in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all
24 excavations including haul and disposal, regardless of the depth required for constructing
25 the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit
26 contract price per square yard for "Cement Conc. Sidewalk" and the per each contract price
27 for"Curb Ramp, Cement Concrete."
28
29 8-17 IMPACT ATTENUATOR SYSTEMS
30
31 8-17.5 Payment
32 Section 8-17.5 is supplemented by the following:
33 (******)
34 If no pay item is included for temporary impact attenuators then all costs to provide and
35 install shall be considered a part of the pay item for"Traffic Control."
36
37
38 8-22 PAVEMENT MARKING
39
40 8-22.1 Description
41 The following item in Section 8-22.1 is revised as follows:
42 (******)
43 Crosswalk Stripe
44 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
45 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
46 center of lanes. See detail sheet.
47
48 Skip Center Line (Replacement)
49 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a
50 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center
51 line delineation on two-lane or three-lane, two-way highways.
52
53 Double Yellow Center Line (Replacement)
54 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow
55 center stripe is used as center line delineation on multilane, two-way highways and for
56 channelization.
57
58 Approach Line (New)
Lake Washington Boulevard Slip Plane 45
1 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
2 through movements, to separate high occupancy vehicle lanes from general purpose lanes,
3 for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-
4 degree angle and 10 feet apart.
5
6 Lane Line (Replacement)
7 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
8 same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a
9 9-foot line and a 15-foot gap.
10
11 Two Way Left Turn Line (Replacement)
12 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
13 separated by a 4-inch space. The broken or skip pattern shall be based on a 24-foot unit
14 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of
15 the broken line in the direction of travel.
16
17 Crosswalk Line (Replacement)
18 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
19 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
20 center of lanes. See detail sheet.
21
22 Stop Line (Replacement)
23 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
24
25 8-22.3(5) Installation Instructions
26 Section 8-22.3(5) is revised as follows:
28 A manufacturer's technical representative need not be present at the initial material
29 installation to approve the installation procedure.
30
31
32
33
• 34
35 8-22.5 Payment
36 Section 8-22.5 is supplemented as follows:
37 (******)
38 "Approach Stripe," per linear foot.
39
40 "Remove Paint Line ....." wide," per linear foot.*
41
42 "Remove Plastic Line ........ Wide," per linear foot.*
43
44 "Remove existing traffic markings, "per lump sum.*
45
46 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the
47 lump sum contract price for "Remove existing traffic markings" shall be full compensation for
48 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic
49 markings as per the plans, specifications and detail sheets. If these pay items do not appear
50 in the contract schedule of prices, then the removal of old or conflicting traffic markings
51 required to complete the channelization of the project as shown on the plans or detail sheets
52 shall be considered incidental to other items in the contract and no further compensation
53 shall be made.
54
55 8-23 TEMPERARY PAVEMENT MARKINGS
56
57
58 8-23.5 Payment
59 Section 8-23.5 is supplemented with the following:
Lake Washington Boulevard Slip Plane 46
1 (xxxxxx)
2 If no pay item is included in the contract for installation or for removal of temporary pavement
3 markings then all costs associated with these items are considered incidental to other items
4 in the contract or included under"Traffic Control," if that item is included as a bid item.
5
6
7
8 DIVISION 9
9 MATERIALS
10
11 9-00 DEFINITIONS AND TESTS
12
13 Section 9-00(A) is a new section:
14 ((xxxxxx)
15 9-00(A) Recycled Materials (RC)
16 The Owner encourages the use of recycled materials whenever practicable, provided that
17 those materials meet or exceed all applicable requirements described elsewhere in the
18 contract specifications. Should recycled materials be utilized, the Owner requires that a
19 Recycled Product Reporting Form be completed by the Contractor.
20
21 9-02 BITUMINOUS MATERIALS
22
23 Section 9-02.1(10) is a new section:
24
xxxxx
x)
25 Z.1(10) Loop Sealant(RC)
26 Unless specified otherwise in the contract or permitted by the Engineer upon request
27 from the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco
28 Loop Detector Sealant or approved equal), shall meet the penetration, flow and
29 resilience specifications of ASTM D3407.
30
31 The Contractor shall request and obtain approval from the Engineer for the type of loop
32 sealant to be used before installing detector loops and shall submit manufacturer
33 cutsheets or other data if requested by the Engineer in order to enable the Engineer to
34 determine the acceptability of the sealant.
35
36 9-03 AGGREGATES
37
38 9-03.8(6)A Basis of Acceptance (RC)
39 Section 9-03.8(6)A is replaced with:
41 1. Asphalt Concrete will be accepted based on its conformance to the project
42 job mix formula (JMF). No material for payment may be produced for use
43 on a project until the job mix formula has been approved by the engineer.
44 The mixture shall be designed to meet the test criteria listed in Section 9-
45 03.8(2) and remain within the limits set forth in 9-03.8(6). The
46 determination of the job mix formula shall be the responsibility of the
47 Contractor.
48
49 The intermingling of asphalt concrete mixtures produced from more than
50 one JMF is prohibited. Each strip of asphalt concrete pavement placed
51 during a working shift shall conform to a single job mix formula established
52 for the class of asphalt concrete specified unless there is a need to make
53 an adjustment to the JMF.
54
55 The JMF shall be submitted in writing by the Contractor to the Engineer at
56 least 10 days prior to the start of paving operations and shall include as a
57 minimum:
Lake Washington Boulevard Slip Plane 47
1 a. Percent passing each sieve size.
2 b. Percent of asphalt cement.
3 C. Asphalt grade.
4 d. Mixing temperature.
5 e. Compaction temperature.
6 f. Anti-strip agent content.
7
8 The Contractor may not make any changes to the JMF without prior
9 written approval of the Engineer. Should a change in sources of materials
10 be made, a new JMF must be approved by the Engineer before the new
11 material is used.
12
13 2. Job Mix Formula Tolerances
14 a. After the JMF is determined, the several constituents of the mixture at
m 15 the time of acceptance shall conform to the following tolerances:
Constituent of Mixture Tolerance Limits
The tolerance limit for
each
mix constituent shall
not
exceed the broad
band
specification limits
specified in Section 9-
03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99-100.
Aggregate passing Broad band specification
1% 3/4" 5/8', 1/2', limits Section 9-03.8(6).
16 and 3/8., sieves
17 Aggregate passing 1/4" sieve t 6%
18 Aggregate passing No. 10 sieve ±5%
19 Aggregate passing No. 40 sieve ±4%
20 Aggregate passing No. 200 sieve 2% Note1
21 Asphalt cement ±0.5%Note2
22 For open graded mix: Tolerance limits shall be for aggregate
23 gradation only and shall be as specified in Section 9-03.8(6).
24
27 25 Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),
2.5% for 50% RAP or more.
28 Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but
29 less than 50% RAP, 1.0% for 50% RAP or greater.
30
31 These tolerance limits constitute the allowable limits used in Section
32 5-04.3(8)A to determine acceptance.
33
34
35 9-14 EROSION CONTROL AND ROADSIDE PLANTING
36
37 Section 9-14.1(1) is replaced with:
38 ( * ** )
39
40 9-14.1(1) Topsoil TypeA
41 Topsoil Type A shall be a commercially available two-way mix, consisting of 60 percent
42 sandy loam and 40 percent compost. Compost shall meet the following criteria:
Lake Washington Boulevard Slip Plane 48
1
2 Compost shall be stable, mature, decomposed organic solid waste that is the result of
3 the accelerated, aerobic biodegradation and stabilization under controlled conditions.
4 The result is a uniform dark, soil-like appearance.
5
6 Compost maturity or stability is the point at which the aerobic biodegradation of the
7 compost has slowed and oxygen consumption and carbon dioxide generation has
8 dropped. Subsequent testing provides consistent results.
9
10 Compost production and quality shall comply with the Interim Guidelines for Compost
11 Quality, #94-38 or superseding editions, and amendments, published by the Washington
12 State Department of Ecology.
13
14 Compost products shall meet the following physical criteria:
15 1 100 percent shall pass through a 1-inch sieve when tested in accordance with
16 AASHTO Test Method T87 and T88.
17 2 The pH range shall be between 5.5 and 8.5 when tested in accordance with
18 WSDOT Test Method 417.
19 3 Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less
20 than 1 percent on a dry mass or volume basis, whichever provides for the least
21 amount of foreign material.
22 4 Minimum organic matter shall be 30 percent dry mass basis as determined by loss
23 on ignition (LOI test).
24 5 Soluble salt contents shall be less than 4.0 mmhos/cm.
25 6 Compost shall score a number 5 or above on the Solvita Compost Maturity Test.
26
27 Contractor shall submit a Manufacturer's Certificate of Compliance stating that the soil
28 meets the requirements of these Special Provisions for approval by the Engineer. The
29 Certificate of Compliance shall also include soil fertility and micronutrient analysis
30 performed by a soil laboratory routinely engaged in testing soils for horticultural
31 applications. The soil analysis shall include recommendations by the soil testing
32 laboratory (if any) for the addition of soil amendments. Contractor shall add
33 recommended soil amendments.
- 34
35 9-14.3 Fertilizer
36 Section 9-14.3 is supplemented as follows:
37 (******)
38 Fertilizer for erosion control seeding shall be granular fertilizer containing the following
39 percentages per weight:
40
41 10% Nitrogen (N)
42 20% Phosphorus (P)
43 30% Potash (K)
44
45 Fifty percent (50%) of the nitrogen shall be derived from Nitrogen "Blue Chip". Potash shall
46 be derived from sulfate of potash. Fertilizer shall be standard free flowing.
47
48 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
49
50 9-23.9 Fly Ash (RC)
51 Section 9-23.9 is revised as follows:
52 (******)
53 Fly ash shall not be used around water lines.
54
Lake Washington Boulevard Slip Plane 49
mw V. CONTRACT SPECIFICATIONS CITY OF RENTON
or
r
sr
SPECIAL PROVISIONS
r
_
Vw
r
Lake Washington Boulevard Slip Plane
mw
1 SP-1 PERMANENT GROUND ANCHORS
2 SP-1-1 General Requirements
3 SP-1-1.01 Description
4
5 A. The Contractor shall construct the permanent ground anchors in accordance
6 with the Plans, the Standard Specifications, and the Special Provisions.
7
8 B. The Contractor shall select the ground anchor type and the installation method,
" 9 and determine the bond length and anchor diameter. The Contractor shall
10 install ground anchors that will develop the load indicated in the Plans and
11 verified by tests specified in the Special Provisions.
- 12
13 SP-1-1.02 Definitions
14
15 Anchor Devices
16 The anchorhead wedges or nuts which grip the prestressing steel.
17
18 Bearing Plate
19 The steel plate which evenly distributes the ground anchor force to the structure.
20
- 21 Bond Length
22 The required length of the ground anchor which is bonded to the ground and
23 transmits the tensile force to the soil or rock.
24
25 Ground Anchor
26 A system, referred to as a tieback or as an anchor, used to transfer tensile loads to
27 soil or rock. A ground anchor includes all prestressing steel, anchorage devices,
28 grout, coatings, sheathings and couplers if used.
29
�. 30 Minimum Guaranteed Ultimate Tensile Strength
31 The minimum guaranteed breaking load of the prestressing steel as defined by the
32 specified standard.
33
34 Tendon Bond Length
35 The length of the tendon which is bonded to the anchor grout.
36
37 Tendon Unbonded Length
38 The length of the tendon which is not bonded to the anchor grout.
39
40 Total Anchor Length
41 The unbonded length plus the tendon bond length.
42
43 SP-1-1.03 Quality Assurance
44
45 A. The Contractor performing the work described in this Special Provision shall
46 have installed satisfactory permanent ground anchors for a minimum of three
47 years. Prior to the beginning of construction, the Contractor shall submit a list
48 containing at least five projects on which the Contractor has installed
49 permanent ground anchors. A brief description of each project and a reference
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 1 of 13 May 14, 2004
1 shall be included for each project listed. As a minimum, the reference shall
2 include an individual's name and current phone number.
3
4 B. Prior to the start of work, the Contractor shall submit a list identifying the
5 engineer, drill operators and on-site supervisors who will be assigned to the
6 project. The list shall contain a summary of each individual's experience and it
7 shall be complete enough for the Engineer to determine whether or not each
8 individual has satisfied the qualifications.
9
10 C. The Contractor shall assign an engineer to supervise the work with at least
11 three years of experience in the design and construction of permanently-
12 anchored structures. The Contractor shall not use consultants or
- 13 manufacturer's representatives in order to meet the requirements of this
14 section. Drill operators and on-site supervisors shall have a minimum of one
15 year experience installing permanent ground anchors with the Contractor's
16 organization.
17
18 D. The Engineer will approve or reject the Contractor's qualifications and staff
w 19 within 15 working days after receipt of the submission. Work shall not be
20 started on any anchored wall system nor materials ordered until approval of the
21 Contractor's qualifications are given. The Engineer may suspend the ground
r. 22 anchor work if the Contractor substitutes unqualified personnel for approved
23 personnel during construction. If work is suspended due to the substitution of
24 unqualified personnel, the Contractor shall be fully liable for additional costs
25 resulting from the suspension of work and no adjustment in contract time
26 resulting from the suspension of work will be allowed.
27
28 E. A permanent ground anchor preconstruction conference shall be held at least
29 five working days prior to the Contractor beginning any permanent ground
30 anchor work at the site to discuss construction procedures, personnel, and
31 equipment to be used. The list of materials specified on the Record of
32 Materials Form (ROM) for this item of work will also be discussed. Those
33 attending shall include:
34
W 35 1. (representing the Contractor) The superintendent, on site supervisors,
36 and all foremen in charge of drilling the ground anchor hole, placing
37 the permanent ground anchor and grout, and tensioning and testing
38 the permanent ground anchor.
39
40 2. (representing the Contracting Agency) The Project Engineer, key
41 inspection personnel, and representatives from the WSDOT
42 Construction Office and Materials Laboratory Geotechnical Branch.
43
44 If the Contractor's key personnel change, or if the Contractor proposes a
45 significant revision of the approved permanent ground anchor installation plan,
46 an additional conference shall be held before any additional permanent ground
47 anchor operations are performed.
48
49 SP-1-1.04 Submittals
50
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 2 of 13 May 14, 2004
1 A. The Contractor shall prepare and submit to the Engineer for review and
2 approval working drawings and structural design calculations for the ground
3 anchor system or systems intended for use.
4
5 B. The Contractor shall submit a detailed description of the construction procedure
6 proposed for use to the Engineer for approval.
7
8 C. The Contractor shall submit a ground anchor schedule giving:
9
10 a. Ground anchor number
11 b. Ground anchor design load
12 c. Type and size of tendon
13 d. Minimum total bond length
14 e. Minimum anchor length
15 f. Minimum tendon bond length
16 g. Minimum unbonded length
17
18 D. The Contractor shall submit working drawings of the ground anchor tendon and
19 the corrosion protection system. Include details of the following:
20
21 a. Spacers and their location
22 b. Centralizers and their location
23 C. Unbonded length corrosion protection system
24 d. Bond length corrosion protection system
25 e. Anchorage and trumpet
26 f. Anchorage corrosion protection system
27 g. Anchors using non-restressable anchorage devices
28
29 E. The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all
30 structural steel, including the permanent ground anchors to the Engineer for
31 review and approval.
32
33 F. The Contractor shall submit the grout mix designs and the procedures for
34 placing the grout to the Engineer for approval. The Contractor shall also
35 submit the methods and materials used in filling the annulus over the unbonded
36 length of the anchor.
37
38 G. The Contractor shall submit five copies of detailed plans in accordance with
39 Section 6-01.9 for the method proposed to be followed for the permanent
40 ground anchor testing to the Engineer for approval prior to the tests. This shall
41 include all necessary drawings and details to clearly describe the method
42 proposed.
43
44 H. The Contractor shall submit to the Engineer calibration data for each load cell,
45 test jack, pressure gauge and master pressure gauge to be used. The
46 calibration tests shall have been performed by an independent testing
-. 47 laboratory and tests shall have been performed within 60 calendar days of the
48 date submitted. The Engineer shall approve or reject the calibration data after
49 receipt of the data. Testing shall not commence until the Engineer has
SP-1 Permanent Ground Anchors Revised by Golder Associates
o- Page 3 of 13 May 14, 2004
1 approved the load cell, jack, pressure gauge and master
2 9 9 pressure gauge
calibrations.
3
4 I. Work shall not begin until the appropriate submittals have been approved in
5 writing by the Engineer.
6
7 SP-1-2 Materials
8 SP-1-2.01 Matbrials for Permanent Ground Anchor Systems
9
10 A. Materials for permanent ground anchor systems shall conform to Section 6-
11 02.2 as supplemented in these Special Provisions.
12
- 13 SP-1-3 Construction Requirements
14 SP-1-3.01 Tendon Fabrication
15
- 16 A. The tendons can be either shop or field fabricated. The tendon shall be
17 fabricated as shown in the approved shop plans.
18
19 B. The Contractor shall select the type of tendon to be used. The tendon shall be
20 sized so the design load does not exceed 60 percent of the minimum
21 guaranteed ultimate tensile strength of the tendon. In addition, the tendon shall
22 be sized so the maximum test load does not exceed 80 percent of the minimum
23 guaranteed ultimate tensile strength of the tendon.
24
25 C. The Contractor shall be responsible for determining the bond length and tendon
26 bond length necessary to develop the design load indicated in the Plans in
27 accordance with the Testing subsection of this Special Provision. The
28 minimum bond length shall be ten feet in rock and 15 feet in soil.
29
30 When the Plans require the tendon bond length to be encapsulated the tendon
31 bond length portion of the tendon shall be corrosion protected by encapsulating
32 the tendon in a grout-filled PE or PVC tube as specified in Section 6-02.2 as
33 supplemented in these Special Provisions. The tendons can be grouted inside
34 the encapsulation prior to inserting the tendon in the drill hole or after the
35 tendon has been placed in the drill hole. Expansive admixtures can be mixed
36 with the encapsulation grout if the tendon is grouted inside the encapsulation
37 while outside the drill hole. The tendon shall be centralized within the bond
38 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers
39 shall be used along the tendon bond length of multi-element tendons to
40 separate the elements of the tendon so the prestressing steel will bond to the
41 encapuulation grout.
42
43 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover
44 over the tendon bond length encapsulation. Centralizers shall be securely
45 attached to the encappulation and the center to center spacing shall not exceed
46 ten feet. In addition, the upper centralizer shall be located a maximum of five
47 feet from the top of the tendon bond length and the lower centralizer shall be
48 located a maximum of one foot from the bottom of the tendon bond length.
49
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 4 of 13 May 14, 2004
1 The centralizer shall be able to support the tendon in the drill hole and position
2 the tendon so a minimum of 0.5 inches of grout cover is provided and shall
3 permit free flow of grout.
4
5 Centralizers are not required on encapsulated, pressure-injected ground
6 anchor tendons if the ground anchor is installed in coarsegrained soils (more
7 than 50 percent of the soil larger than the number 200 sieve) using grouting
8 pressures greater than 150 psi.
9
10 Centralizers are not required on encapsulated, hollow-stem-augered ground
11 anchor tendons if the ground anchor is grouted through and the hole is
12 maintained full of a stiff grout (eight-inch slump or less) during extraction of the
13 auger.
14
15 D. The minimum unbonded length of the tendon shall be the greater of fifteen (15)
16 feet or as indicated in the Plans, whichever is longer.
17
18 Corrosion protection of the unbonded length shall be provided by a sheath
19 completely filled with corrosion inhibiting grease or grout. If grease is used
20 under the sheath, provisions shall be made to prevent the grease from
21 escaping at the ends of the sheath. The grease shall completely coat the
22 tendon and fill the voids between the tendon and the sheath. The shop plans
23 shall show how the Contractor will provide a transition between the tendon
24 bond length and the unbonded tendon length corrosion protection.
25
26 If the sheath is not fabricated from a smooth tube, then a separate
27 bondbreaker must be provided. The bondbreaker shall prevent the tendon
28 from bonding to the anchor grout surrounding the tendon unbonded length.
29
30 E. The total anchor length shall not be less than that indicated in the Plans or the
31 approved shop plans.
32
33 F. Anchorage devices shall be capable of developing 95 percent of the minimum
34 guaranteed ultimate tensile strength of the prestressing steel tendon. The
35 anchorage devices shall conform to the static strength requirements of Section
36 3.1 of the Post Tensioning Institute "Specification for Unbonded Single Strand
37 Tendons, First Edition - 1993".
38
39 Non-rest ressable anchorage devices can be used except where indicated in
40 the Plans.
41
42 Restressable anchorages shall be provided on those ground anchors that
43 require reloading. The post-tensioning supplier shall provide a restressable
44 anchorage compatible with the post-tensioning system provided.
45
46 The bearing plates shall be sized so the bending stresses in the plate do not
47 exceed the yield strength of the steel when a load equal to 95 percent of the
48 minimum guaranteed ultimate tensile strength of the tendon is applied; and The
49 average bearing stress on the concrete does not exceed that recommended in
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 5 of 13 May 14, 2004
1 Section 3.1.3 of the Post Tensioning Institute, "Specification For Unbonded
2 Single Strand Tendons, First Edition - 1993".
3
4 The trumpet shall have an inside diameter equal to or larger than the hole in
5 the bearing plate. The trumpet shall be long enough to accommodate
6 movements of the structure during testing and stressing. For strand tendons
7 with encapsulation over the unbonded length, the trumpet shall be long enough
8 to enable the tendon to make a transition from the diameter or the tendon in the
9 unbonded length to the diameter of the tendon at the anchorhead without
10 damaging the encapsulation. Trumpets filled with corrision-inhibiting grease
11 shall have a permanent Buna-N rubber or approved equal seal provided
12 between the trumpet and the tendon unbonded length corrosion protection.
13 Trumpets filled with grout shall have a temporary seal provided between the
14 trumpet and the tendon unbonded length corrosion protection or the trumpet
15 shall overlap the tendon unbonded length corrosion protection.
16
17 SP-1-3.02 Tendon Storage And Handling
18
19 A. Tendons shall be handled and stored in such a manner as to avoid damage or
20 corrosion. Damage to the prestressing steel as a result of abrasions, cut,
21 nicks, welds and weld splatter will be cause for rejection by the Engineer. The
22 prestressing steel shall be protected if welding is to be performed in the vicinity.
23 Grounding of welding leads to the prestressing steel is forbidden. Prestressing
24 steel shall be protected from dirt, rust, and deleterious substances. A light
25 coating of rust on the steel is acceptable. If heavy corrosion or pitting is noted,
26 the Engineer will reject the affected tendons.
27
28 B. The Contractor shall use care in handling and storing the tendons at the site.
29 Prior to inserting a tendon in the drill hole, the Contractor and the Engineer will
30 examine the tendon for damage to the encapsulation and the sheathing. If, in
31 the opinion of the Engineer, the encapsulation is damaged, the Contractor shall
32 repair the encapsulation in accordance with the tendon supplier's
33 recommendations and as approved by the Engineer. If, in the opinion of the
34 Engineer, the smooth sheathing has been damaged, the Contractor shall repair
35 it with ultra high molecular weight polyethylene (PE) tape. The tape shall be
36 spiral wound around the tendon so as to completely seal the damaged area.
37 The pitch of the spiral shall ensure a double thickness at all points.
38
39 SP-1-3.03 Installation
40
41 A. The Contractor shall select the drilling method, the grouting procedure, and the
42 grouting pressure used for the installation of the ground anchor.
43
44 When caving conditions are encountered, no further drilling will be allowed until
45 the Contractor selects a method to prevent ground movement. The Contractor
46 may use a temporary casing. The Contractor's method to prevent ground
47 movement shall be approved by the Engineer. The casings for the anchor
48 holes, if used, shall be removed. The drill hole shall be located so the
49 longitudinal axis of the drill hole and the longitudinal axis of the tendon are
50 parallel. The ground anchor shall not be drilled in a location that requires the
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 6 of 13 May 14, 2004
1 tendon to be bent in order to enable the bearing plate to be connected to the
2 supported structure. At the point of entry the ground anchor shall be installed
3 within plus or minus three degrees of the inclination from horizontal shown in
4 the Plans or the approved shop plans. The ground anchors shall not extend
5 beyond the right of way limits.
6
7 The tendon shall be inserted into the drill hole to the desired depth without
8 difficulty. When the tendon cannot be completely inserted, the Contractor shall
9 remove the tendon from the drill hole and clean or redrill the hole to permit
10 insertion. Partially inserted tendons shall not be driven or forced into the hole.
11
12 The Contractor shall use a grout conforming to Section 6-02.2 as
13 supplemented in these Special Provisions.
14
15 The grout equipment shall produce a grout free of lumps and undispersed
16 cement. A positive displacement grout pump shall be used. The pump shall be
17 equipped with a pressure gauge to monitor grout pressures. The pressure
18 gauge shall be capable of measuring pressures of at least 150 psi or twice the
19 actual grout pressures used by the Contractor, whichever is greater. The
20 grouting equipment shall be sized to enable the grout to be pumped in one
21 continuous operation. The mixer shall be capable of continuously agitating the
22 grout.
23
24 The grout shall be injected from the lowest point of the drill hole. The grout
25 may be pumped through grout tubes, casing, or drill rods. The grout can be
26 placed before or after insertion of the tendon. The quantity of the grout and the
27 grout pressures shall be recorded. The grout pressures and grout takes shall
28 be controlled to prevent excessive heave in soils or fracturing of rock
29 formations.
30
31 After grouting, the tendon shall not be loaded for a minimum of 3 days.
32
33 No grout shall be placed above the top of the bond length during the time the
34 bond length grout is placed. The grout at the top of the drill hole shall not
35 contact the back of the structure or the bottom of the trumpet. Except as
36 otherwise noted, only nonstructural filler shall be placed above the bond length
37 grout prior to testing and acceptance of the anchor. The Contractor may place
38 structural grout above the bond length grout prior to testing and acceptance of
39 the anchor subject to the following conditions:
40
41 1. The anchor unbonded length shall be increased by eight feet
42 minimum.
43
44 2. The grout in the unbonded zone shall not be placed by pressure
45 grouting methods.
46
47 B. The corrosion protection surrounding the unbonded length of the tendon shall
48 extend up beyond the bottom seal of the trumpet or one foot into the trumpet if
49 no trumpet seal is provided. If the protection does not extend beyond the seal
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 7 of 13 May 14, 2004
1 or sufficiently far enough into the trumpet, the Contractor shall extend the
2 corrosion protection or lengthen the trumpet.
3
4 The corrosion protection surrounding the no load zone length of the tendon
5 shown in the plans shall not contact the bearing plate or the anchorhead during
6 testing and stressing. If the protection is too long, the Contractor shall trim the
- 7 corrosion protection to prevent contact.
8
9 The bearing plate and anchorhead shall be placed so the axis of the tendon
10 and the drill hole are both perpendicular to the bearing plate within plus or
11 minus three degrees and the axis of the tendon passes through the center of
12 the bearing plate.
13
14 The trumpet shall be completely filled with corrosion inhibiting grease or grout.
15 Trumpet grease can be placed anytime during construction. Trumpet grout
16 shall be placed after the ground anchor has been tested. The Contractor shall
17 demonstrate to the Engineer that the procedures selected by the Contractor for
18 placement of either grease or grout will produce a completely filled trumpet.
19
20 All anchorages permanently exposed to the atmosphere shall be covered with
21 a corrosion inhibiting grease-filled or grout-filled cover. The Contractor shall
22 demonstrate to the Engineer that the procedures selected by the Contractor for
23 placement of either grease or grout will produce a completely filled cover. If the
24 Plans require restressable anchorages, corrosion inhibiting grease must be
25 used to fill the anchorage cover and trumpet.
26
27 SP-1-3.04 Testing And Stressing
28
29 A. Each ground anchor shall be tested. The test load shall be simultaneously
30 applied to the entire tendon. Stressing of single elements of multi-element
31 tendons will not be permitted. Test data will be recorded by the Engineer.
32
33 B. The testing equipment shall consist of a dial gauge or vernier scale capable of
34 measuring to 0.001 inches shall be used to measure the ground anchor
35 movement. The movement-measuring device shall have a minimum travel
36 equal to the theoretical elastic elongation of the total anchor length plus 1 inch.
37 The dial gauge or vernier scale shall be aligned so that its axis is within 5
w 38 degrees from the axis of the tieback. A hydraulic jack and pump shall be used
39 to apply the test load. The jack and pressure gauge shall be calibrated by an
40 independent testing laboratory as a unit. The pressure gauge shall be
41 graduated in 100-psi increments or less. The pressure gauge will be used to
42 measure the applied load. The pressure gauge shall be selected to place the
43 maximum test load within the middle two-thirds of the range of the gauge. The
44 ram travel of the jack shall not be less than the theoretical elastic elongation of
45 the total anchor length at the maximum test load plus one inch. The jack shall
46 be independently supported and centered over the tendon so that the tendon
47 does not carry the weight of the jack. The Contractor shall have a second
48 calibrated jack pressure gauge at the site. Calibration data shall provide a
49 specific reference to the jack and the pressure gauge.
50
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 8 of 13 May 14, 2004
1 The loads on the tiebacks during the performance and verification tests shall be
2 monitored to verify consistency of load — defined as maintaining the test load
3 within five percent of the specified value. Test loads shall be monitored by the
4 jack pressure gauge. The contractor shall provide applicable pressure gauge
5 apparatus for measurement of loads. The stressing equipment shall be placed
6 over the ground anchor tendon in such a manner that the jack, bearing plates,
7 load cell and stressing anchorage are in alignment.
8
9 C. Verification tests shall be performed to verify the design of the anchor system.
10 These ground anchor test results shall verify the Contractor's design and be
11 approved by the Engineer prior to ordering anchor material for the tieback
12 retaining walls. The tests shall be performed on sacrificial test anchors. A
13 minimum of two successful verification tests shall be conducted for each soil
14 type. The locations shall be close to the anchor location of the production
15 anchors. The test locations shall be selected by the Contractor and approved
16 by the Engineer.
17
18 The drilling method, anchor diameter, and depth of anchorage for the test
19 anchor shall be identical as for the production anchors. The no-load zone shall
20 be backfilled prior to withdrawing the casing.
21
22 The anchor tested shall be loaded to 200 percent of the design load (DL). The
23 prestressing tendon shall be proportioned such that the maximum stress does
24 not exceed 80 percent of the ultimate strength of the steel. The jack shall be
25 positioned at the beginning of the test such that unloading and repositioning of
26 the jack during the test will not be required.
27
28 The verification tests shall be made by incrementally loading the anchors in
29 accordance with the following schedule.
30
31 AL - Anchor Alignment Load
32 DL - Anchor Design Load
33
34 Load Hold Time
35
36 AL 1 Min.
37 0.25DL 10 Min.
38 0.50DL 10 Min.
39 0.75DL 10 Min.
40 1.00DL 10 Min.
41 1.25DL 10 Min.
42 1.50DL 60 Min.
43 1.75DL 10 Min.
44 2.00DL 10 Min.
45 AL 1 Min.
46
47 The test load shall be applied in increments of 25 percent of the design load.
48 Each load increment shall be held for at least 10 minutes. Measurement of
49 anchor movement shall be obtained at each load increment. The load-hold
50 period shall start as soon as the test load is applied and the anchor movement,
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 9 of 13 May 14, 2004
1 with respect to a fixed reference, shall be measured and recorded at 1 minute,
2 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes.
3
4 The verification test will be considered successful if the anchor meets the
5 criteria for a performance tested ground anchor in the subsection 3.04G of this
6 Special Provision, and in addition, a pull-out failure does not occur at the 2.ODL
7 maximum load.
8
9 The Engineer will give the Contractor a written order concerning ground anchor
10 construction within seven working days after completion of the verification
11 tests. This written order will either confirm the bond lengths as shown in the
12 Contractor's plans for ground anchors or reject the anchors based upon the
13 result of the verification tests.
14
15 D. Performance tests shall be done in accordance with the following procedures.
16 Five percent of the ground anchors or a minimum of three ground anchors,
17 whichever is greater, shall be performance tested The Engineer shall select
18 the ground anchors to be performance tested. The first production anchor shall
19 be performance tested.
20
21 The performance test shall be made by incrementally loading and unloading
22 the ground anchor in accordance with the following schedule. The load shall
23 be raised from one increment to another immediately after a deflection reading.
24
25
26
27
28
29 Performance Test Schedule
30
31 Load Load
32
33 AL AL
34 0.25DL 0.25DL
35 AL 0.50DL
36 0.25DL 0.75DL
37 0.50DL 1.00DL
38 AL 1.25DL
39 0.25DL AL
40 0.50DL 0.25DL
41 0.75DL 0.50DL
42 AL 0.75DL
43 0.25DL 1.00DL
44 0.50DL 1.25DL
45 0.75DL 1.50DL
46 1.00DL AL
47 Jack to lock-off load
48
49 Where: AL - is the alignment load DL- is the anchor design load.
50
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 10 of 13 May 14, 2004
1 The maximum test load in a performance test shall be held for ten minutes.
2 The load-hold period shall start as soon as the maximum test load is applied
3 and the anchor movement, with respect to a fixed reference, shall be measured
4 and recorded at 1 minute, 2, 3, 4, 5, 6, and 10 minutes. If the anchor
5 movement between one minute and ten minutes exceeds 0.04 inches, the
6 maximum test load shall be held for an additional 50 minutes. If the load hold
7 is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30,
8 45, and. 60 minutes. If an anchor fails in creep, retesting will not be allowed.
9 All anchors not performance tested shall be proof tested.
10
11 E. Proof tests shall be performed by incrementally loading the ground anchor in
12 accordance with the following schedule. The load shall be raised from one
w_ 13 increment to another immediately after a deflection reading. The anchor
14 movement shall be measured and recorded to the nearest 0.001 inches with
15 respect to an independent fixed reference point at the alignment load and at
16 each increment of load. The load shall be monitored with a pressure gauge.
17 At load increments other than the maximum test load, the load shall be held
18 just long enough to obtain the movement reading.
19
20 Proof Test Schedule
21
22 Load Load
23
24 AL 1.00DL
25 0.25DL 1.251DL
26 0.50DL 1.50DL
27 0.75DL Jack to lock-off load
28
29 Where: AL- is the alignment load
30 DL- is the anchor design load
31
32 The maximum test load in a proof test shall be held for ten minutes. The load
33 hold period shall start as soon as the maximum test load is applied and the
34 anchor movement with respect to a fixed reference shall be measured and
35 recorded at 1 minute, 2, 3, 4, 5, 6, and 10 minutes. If the anchor movement
36 between one minute and ten minutes exceeds 0.04 inches, the maximum test
37 load shall be held of an additional 50 minutes. If the load hold is extended, the
38 anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60
39 minutes. If an anchor fails in creep, retesting will not be allowed.
40
41 F. A performance or proof tested ground anchor with a ten minute load hold is
42 acceptable if the:
43
44 a. Ground anchor carries the maximum test load with less than 0.04
45 inches of movement between one minute and ten minutes; and
46
47 b. Total movement at the maximum test load exceeds 80 percent of the
48 theoretical elastic elongation of the tendon unbonded length.
49
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 11 of 13 May 14, 2004
1 G. A verification, performance or proof tested ground anchor with a 60-minute load
2 hold is acceptable if the:
3
4 a. Ground anchor carries the maximum test load with a creep rate that
5 does not exceed 0.08 inches/log cycle of time and is a linear or
6 decreasing creep rate.
7
8 b. Total movement at the maximum test load exceeds 80 percent of the
9 theoretical elastic elongation of the tendon unbonded length.
10
11 If the total movement of the ground anchors at the maximum test load does not
12 exceed 80 percent of the theoretical elastic elongation of the tendon unbonded
w 13 length, the Contractor shall replace the ground anchor at no additional cost to
14 the Contracting Agency. Retesting of a ground anchor will not be allowed.
15
16 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of
17 time can be incorporated in the finished work at a load equal to one-half its
18 failure load. The failure load is the load carried by the anchor after the load has
19 been allowed to stabilize for ten minutes.
20
21 When a ground anchor fails, the Contractor shall modify the design, the
22 construction procedures, or both. These modifications may include, but are not
23 limited to, installing replacement ground anchors, modifying the installation
24 methods, increasing the bond length or changing the ground anchor type. Any
25 modification which requires changes to the structure shall require additional
26 verification testing, and have prior approval of the Engineer. Additional
27 verification shall also be required if drilling methods are changed. Any
28 modifications of design or construction procedures shall be at the Contractor's
29 expense.
30
31 Upon completion of the test, the load shall be adjusted to the lock-off load
32 indicated in the Plans and transferred to the anchorage device. The ground
33 anchor may be completely unloaded prior to lock-off. After transferring the load
34 and prior to removing the jack a lift-off reading shall be made. The lift-off
w 35 reading shall be within ten percent of the specified lock-off load.
36
37 If the load is not within ten percent of the specified lock-off load, the anchorage
38 shall be reset and another lift-off reading shall be made. This process shall be
39 repeated until the desired lock-off load is obtained.
40
41 SP-1-4 Measurement
42 SP-1-4.01 Measurement
43
44 A. Measurement will be made as follows for the quantity as specified or as
45 directed by the Engineer.
46
47 1. Permanent ground anchors will be measured per each installed and
48 accepted.
49
50 2. Measurement for performance tests will be the number of tests performed.
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 12 of 13 May 14, 2004
... 1
2 3. The verification test program will not be measured but will be paid for on a
3 lump sum basis.
4
5 SP-1-5 Payment
6 SP1-5.01 Payment
7
8 A. Payment will be made, in accordance with Section 1-04.1, for each of the
9 following bid items when they are included in the proposal:
10
11 1. "Permanent Ground Anchor', per each.
12 2. "Performance Test", per each.
13 3. "Verification Test", lump sum.
- 14
15 B. The unit and lump sum contract prices for the above listed items shall be full
16 pay for performing the work as specified.
17
18 C. The unit contract price per each for "Permanent Ground Anchor' shall include
19 the proof test of the anchor.
SP-1 Permanent Ground Anchors Revised by Golder Associates
Page 13 of 13 May 14, 2004
1 SP-2 SOLDIER PILE AND TIEBACK WALL
2 SP-2-1 Description
3 SP-2-1.01 Soldier Pile Tieback Wall
4
- 5 A. This work consists of constructing soldier pile tieback walls.
6
7 SP-2-2 Materials
8 SP-2-2.01 Structural Steel
9
10 A. Except as otherwise noted in the Plans, the steel plates, bars and soldier piles shall
11 conform to the requirements of either ASTM A 36.
12
13 B. Welded shear studs shall conform to Section 9-06.15.
14
15 SP-2-2.02 Timber Lagging
16
17 A. All timber lagging and associated timber and lumber shall conform to Section 9-
' 18 09.2, and shall be pressure treated as specified in AWFA, C1 and C2.
19
20 SP-2-2.03 Concrete, Lean Concrete, and CDF
21
22 A. All concrete and lean concrete shall conform to Section 6-02. All concrete shall
23 conform to the class specified in the Plans.
24
25 B. All controlled density fill (CDF) shall conform to Section 2-09.3(1)E.
26
27 SP-2-2.04 Prefabricated Drainage Fabric
28
29 A. The prefabricated drainage material shall have a single or double dimpled
30 polymeric core with a non-woven geotextile attached and meet the following
31 requirements:
32
33 Property Test Method Prefabricated Drainage
34 Material/Geotextile
35 Property Requirements
36
37 Width 12 inches min.
38 Thickness ASTM D 5199 0.4 inches min.
39
40 Compressive Strength at
41 Yield ASTM D 1621 100 psi min.
42
43 In Plan Flow Rate ASTM D 4716
44 Gradient = 0.1,
45 Pressure = 5.5 psi 5.0 gal. /min./ft.
46
47 Gradient = 1.0,
48 Pressure = 14.5 psi 15.0 gal. /min./ft.
49
50 Geotextile - AOS ASTM D 4751 <_#60 US Sieve
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 1 of 7 May 14, 2004
1
2 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC
3
" 4 Geotextile - Grab Strength ASTM D 4632 >_110 lb. min.
5
6 Prefabricated drainage material shall be accepted based on the manufacturer's
7 certificate of compliance that the material furnished conforms to these
8 specifications. The Contractor shall submit the manufacturer's certificate of
9 compliance to the Engineer in accordance with Section 1-06.3.
10
11 Installation shall be in accordance with the manufacturer's recommendations.
12
13 SP-2-2.05 Steel Reinforcing Bar
14
15 A. Steel reinforcing bar shall conform to AASHTO M 31, Grade 60 and Section 9-07.
16
17 SP-2-2.06 Permanent Ground Anchors
18
19 A. All materials required for the permanent ground anchors, if shown in the Plans,
20 shall conform to SP-1 Permanent Ground Anchors.
21
22 SP-2-3 Construction Requirements
23 SP-2-3.01 Quality Assurance
24
25 A. Steel Soldier Pile Construction Tolerances
26
27 1. The steel soldier piles shall be placed so that the center line of the pile at the
28 top is within 1 inch of the plan location.
29
30 2. The steel soldier pile shall be plumb, to within 0.5 percent of the length based
31 on the total length of the pile.
32
33 B. Welding, repair welding, and welding inspection shall conform to the Section 6-
34 03.3(25) requirements for welding, repair welding, and welding inspection for all
35 other steel fabrication.
36
37 SP-2-3.02 Submittals
38
39 A. The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all
40 structural steel, including the steel soldier piles and the permanent ground anchors
41 to the Engineer for approval.
42
43 B. The Contractor shall submit the permanent ground anchor grout mix design and
44 the procedures for placing the grout to the Engineer for approval.
45
46 C. Shaft Installation Plan
47 At least thirty days prior to the beginning of shaft construction, the Contractor shall
48 submit four copies of an installation plan for approval by the Engineer. In preparing
49 the submittal, the Contractor shall reference the available subsurface data provided
50 in the contract test hole boring logs and the geotechnical report(s) prepared for this
51 project. This plan shall provide at least the following information:
52
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 2 of 7 May 14, 2004
1 1. An overall construction operation sequence and the sequence of shaft
2 construction.
3
4 2. List, description, and capacities of proposed equipment including but not
5 limited to cranes, drills, augers, bailing buckets, final cleaning equipment,
6 and drilling units. The narrative shall describe why the equipment was
7 selected, and describe equipment suitability to the anticipated site and
8 subsurface conditions. The narrative shall include a project history of the
9 drilling equipment demonstrating the successful use of the equipment on
10 shafts of equal or greater size in similar soil/rock conditions.
11
12 3. Details of shaft excavation methods including proposed drilling methods,
13 methods for cleanout of the shafts, disposal plan for excavated material
14 and drilling slurry (if applicable), and a review of method suitability to the
15 anticipated site and subsurface conditions.
16
17 4. Details of the method(s) to be used to ensure shaft stability (i.e.,
18 prevention of caving, bottom heave, etc. using temporary casing, slurry, or
19 other means) during excavation and concrete placement. This shall
20 include a review of method suitability to the anticipated site and
21 subsurface conditions. If temporary casings are proposed, casing
22 dimensions and detailed procedures for casing installation and removal
23 shall be provided. If slurry is proposed, detailed procedures for mixing,
24 using, maintaining, and disposing of the slurry shall be provided. A
25 detailed mix design, and a discussion of its suitability to the anticipated
26 subsurface conditions shall also be provided for the proposed slurry.
27
28 5. Details of soldier pile placement including internal support bracing and
29 centralization methods.
30
31 6. Details of concrete placement including proposed operational procedures
32 for pumping and/or tremie methods.
33
34 7. Details of the device used to prevent unauthorized entry into a shaft
35 excavation.
36
37 8. The method to be used to form the horizontal construction joint at the top
38 elevation specified for concrete Class 4000P in the shaft.
39
40 E. Work shall not begin until the appropriate submittals have been approved in writing
41 by the Engineer.
42
43 SP-2-3.03 Shaft Excavation
H 44
45 A. Shafts shall be excavated to the required depth as shown in the Plans or as
46 directed by the Engineer. The minimum diameter of the shaft shall be as shown in
47 the Plans. The excavation shall be completed in a continuous operation using
48 equipment capable of excavating through the type of material expected to be
49 encountered.
- 50
51 B. If the shaft excavation is stopped the shaft shall be secured by installation of a
52 safety cover. It shall be the Contractor's responsibility to ensure the safety of the
53 shaft and surrounding soil and the stability of the side walls. A temporary casing,
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 3 of 7 May 14, 2004
1 slurry, or other methods specified in the shaft installation plan as approved by the
2 Engineer shall be used if necessary to ensure such safety and stability.
3
4 C. Where caving conditions are encountered, no further excavation will be allowed
5 until the Contractor has implemented the method to prevent ground caving as
6 submitted in accordance with subsection 3.02.D.4 of this Special Provision and
7 approved by the Engineer.
8
9 D. The Contractor shall use appropriate means such as a cleanout bucket, or air lift to
10 clean the bottom of the excavation of all shafts. No more than 2 inches of loose or
11 disturbed material shall be present at the bottom of the shaft just prior to beginning
12 concrete placement.
13
14 E. The excavated shaft shall be observed and logged by a representative of the
15 Engineer prior to proceeding with construction to confirm that actual geological
16 conditions are as indicated in the design.
17
18 F. When obstructions are encountered, the Contractor shall notify the Engineer
19 promptly. An obstruction is defined as a specific object (including, but not limited
20 to, boulders, logs, and man made objects) encountered during the shaft excavation
21 operation which prevents or hinders the advance of the shaft excavation. When
22 efforts to advance past the obstruction to the design shaft tip elevation result in the
23 rate of advance of the shaft drilling equipment being significantly reduced relative
24 to the rate of advance for the rest of the shaft excavation, then the Contractor shall
25 remove the obstruction under the provisions of subsection 5.01.17 of this Special
26 Provision. The method of removal of such obstructions, and the continuation of
27 excavation shall be as proposed by the Contractor and approved by the Engineer.
28
29 G. Excavation of shafts shall not commence until a minimum of 12 hours after the lean
30 concrete for the adjacent shafts has been placed.
31
32 H. The casings for the shafts shall be removed. A minimum 5 foot head of concrete
33 must be maintained to balance the soil and water pressure at the bottom of the
34 casing. The casing shall be smooth.
35
36 SP-2-3.04 Installing Soldier Piles
w 37
38 A. Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6).
39
40 B. The prefabricated steel soldier piles shall be lowered into the drilled shafts and
41 secured in position. Concrete cover over the soldier pile shall be 1 inch minimum.
42
43 C. The steel soldier piles and attachments shall be painted after fabrication to the
44 limits shown in the Plans with one coat of State Formula A-11-99 Primer
45 conforming to Section 9-08.2. Application of the one coat of primer shall be in
46 accordance with Section 6-07.
47
48 SP-2-3.05 Backfilling Shaft
49
50 A. Placement of concrete Class 4000P, lean concrete, and CDF shall commence
51 immediately after completing the shaft excavation and receiving the Engineer's
52 approval of the excavation. Concrete Class 4000P and lean concrete shall be
53 placed in one continuous operation to the elevation shown in the Plans. CDF shall
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 4 of 7 May 14, 2004
1 be placed in one continuous operation to the top of the shaft. A vibrator will not be
2 required inside a shaft for placement of lean concrete and CDF.
W 3
4 B. If water is not present, the CDF, lean concrete and concrete Class 4000P shall be
5 deposited by a method to prevent segregation of aggregates. The Contractor's
6 method for depositing CDF, lean concrete and concrete Class 4000P shall have
7 approval of the Engineer prior to CDF, lean concrete and concrete Class 4000P
8 placement.
9
10 C. If water is present, the CDF, lean concrete and concrete Class 4000P shall be
11 deposited in accordance with Section 6-02.3(6)B.
12
13 SP-2-3.06 Installing Timber Lagging and Permanent Ground Anchors
14
15 A. The excavation and removal of CDF and lean concrete for the lagging installation
16 shall proceed in advance of the lagging.
17
18 B. The bottom of the excavation in front of the wall shall be level. For walls without
19 permanent ground anchors, the bottom of excavation shall be not more than three
20 feet below the bottom level of the timber lagging already installed. For walls with
21 permanent ground anchors, the bottom of excavation shall be not more than 3 feet
22 below tieback anchor level until all permanent ground anchors at that level are
23 installed and stressed. Installing, stressing, and testing the permanent ground
24 anchors shall be in accordance with the Special Provision SP-1 PERMANENT
25 GROUND ANCHORS, and the construction sequence specified in the Plans.
26
27 C. The lagging shall be installed from the top of the pile proceeding downward. The
28 timber lagging shall make direct contact with the soil. Voids shall be filled with
29 gravel backfill for wall, which shall be considered incidental to the installation of the
30 timber lagging.
31
32 SP-2-3.07 Prefabricated Drainage Material
33
34 A. The prefabricated drainage material shall be attached to the lagging as shown on
35 the drawings in accordance with the manufacturer's recommendations. The fabric
36 side shall face away from the lagging and toward the fill soils. Splicing of the
w 37 prefabricated drainage material shall be in accordance with the manufacturer's
38 recommendations.
39
40 B. The Contractor shall ensure the hydraulic connection of the prefabricated drainage
41 material to the previously installed material so that the vertical flow of water is not
42 impeded.
43
44 C. The Contractor shall tape all joints in the prefabricated drainage material to prevent
45 concete intrusion.
46
47
48 SP-2-4 Measurement
49 SP-2-4.01 Measurement
50
51 A. Measurement shall be made as follows:
52
53 1. Shaft construction will be measured by the linear foot of shaft completed.
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 5 of 7 May 14, 2004
1
2 2. Soldier piles shall be measured by the linear foot of pile specified in the
3 Proposal, including adjustments to the Plan quantity made in accordance with
w 4 Section 1-04.4.
5
6 3. Timber lagging will be measured by the thousand board feet measure (MBM)
7 installed. The quantity will be computed using the nominal thickness and width
8 dimensions of the timber lagging members, and the center to center spacings
9 of the soldier piles as the length dimension.
10
11 4. Prefabricated drainage material will be measured by the square yard installed.
12
13
14 SP-2-5 Payment
15 SP-2-5.01 Payment
16
17 A. Payment will be made, in accordance with Section 1-04.1, for the following bid
18 items when they are included in the proposal:
19
20 1. "Shaft—3.5-ft Diameter", per linear foot.
21
22 2. "Soldier Pile — W12x72" (two per hole, measured as one pile), per linear
23 foot.
24
25 3. "Timber Lagging", per MBM.
26
27 4. "Prefabricated Drainage Material", per square yard.
28
29 5. "Removing Obstructions", estimated.
30
31 B. The unit contract prices for the above listed items shall be full pay to construct the
32 soldier pile tieback walls as specified.
33
34 C. The unit contract price per linear foot for "Shaft — 3.5-ft Diameter" shall include the
35 shaft excavation, temporary casing if used, concrete Class 4000P, lean concrete,
36 CDF, and installing the soldier pile.
37
38 D. The unit contract price per linear foot for "Soldier Pile - W12x72" shall include
39 fabricating and painting the soldier pile assembly as specified. Payment will be
40 made based on the quantity specified in the Proposal unless changes are made to
41 this quantity in accordance with Section 1-04.4, in which case the quantity specified
42 in the Proposal will be adjusted by the amount of the change and will be paid for in
43 accordance with Section 1-04.4.
44
45 E. Payment for Removing Obstructions
46
47 1. Payment for removing obstructions, as defined in subsection 3.03.G of this
48 Special Provision, shall be made for the changes in shaft construction
49 methods necessary to remove the obstruction. The Contractor and the
50 Engineer shall evaluate the effort made and reach agreement on the
51 equipment and employees utilized, and the number of hours involved for each.
52 Once these cost items and their duration have been agreed upon, the
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 6 of 7 May 14, 2004
1 payment amount will be determined using the rate and markup methods
2 specified in Section 1-09.6. For the purpose of providing a common proposal
3 for all bidders, the Contracting Agency has entered an amount for the item
4 "Removing Obstructions" in the bid proposal to become a part of the total bid
5 by the Contractor.
6
7 2. If the shaft construction equipment is idled as a result of the obstruction
8 removal work and cannot be reasonably reassigned within the project, then
9 standby payment for the idled equipment shall be added to the payment
10 calculations. If labor is idled as a result of the obstruction removal work and
11 cannot be reasonably reassigned within the project, then all labor costs
12 resulting from Contractor labor agreements and established Contractor
13 policies will be added to the payment calculations.
14
15 3. The Contractor shall perform the amount of obstruction work estimated by the
16 Contracting Agency within the original time of the contract. The Engineer will
17 consider a time adjustment and additional compensation for costs related to
18 the extended duration of the shaft construction operations, provided:
19
20 a. the dollar amount estimated by the Contracting Agency has been
21 exceeded, and
22
23 b. the Contractor shows that the obstruction removal work represents a
24 delay to the completion of the project based on the current progress
25 schedule provided in accordance with Section 1-08.3.
SP-2 Soldier Pile and Tieback Wall Revised by Golder Associates
Page 7 of 7 May 14, 2004
1 SP-3 GUARDRAIL REMOVAL AND REPLACEMENT
2 SP-3-1 General Requirements
3 SP-3-1.1 Ownership of removed guardrail items
4
5 This work shall be performed in accordance with of the WDOT Standard
6 Specifications for Road, Bridge, and Municipal Construction, 2004 (M-41-10)
7 Section 8.11 Guardrail, with the exception that the removed guardrail items shall not
8 become the property of the contractor.
9
10 SP-3-1.2 Removal and Storage of Guardrail Items
11
12 The contractor shall use methods for removal of the guardrail that do not damage
13 the guardrail items. The contractor shall be responsible for replacing guardrail items
14 that become damaged during the removal. If a storage location is not provided in
15 the Contract Documents, the contractor shall provide a secure location for storage
16 and protection of the removed guardrail items.
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SP-3 Guardrail Removal & Replacement Revised by Golder Associates
Page 1 of 2 May 14, 2004
V. CONTRACT SPECIFICATIONS CITY OF RENTON
AMENDMENTS TO THE STANDARD
SPECIFICATIONS
Lake Washington Boulevard Slip Plane
"W 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
I 2 December 6, 2004
aw 3 1-07.11(10)B Required Records and Retention
4 The third and fourth paragraphs are revised to read:
5
as 6 Monthly Employment Utilization Reports
7 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency.
8 This form is required for all federally assisted projects if the contract is equal to or
or 9 greater then $10,000 and for every associated subcontract equal to or greater than
10 $10,000. These monthly reports are to be maintained in the respective Contractor or
11 subcontractor's records.
to 12
13 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
14 copies of the completed WSDOT form 820-010 or approved substitute to the
„o 15 Contracting Agency by the fifth of each month throughout the term of the contract. The
16 Contractor shall also collect and submit these forms monthly from every subcontractor
17 who holds a subcontract with a value of$100,000 or more.
,o 18
19 Failure to submit the required reports by their due dates may result in the withholding of
20 progress estimate payments.
21
22 1-07.13(4) Repair of Damage
23 This section is revised to read:
24
25 The Contractor shall promptly repair all damage to either temporary or permanent work
26 as directed by the Engineer. For damage qualifying for relief under Sections
27 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section
28 1-04.4 using the estimated bid item "Reimbursement for Third Party Damage".
29
30 In the event the Contracting Agency pays for damage to the Contractor's work or for
�. 31 damage to the Contractor's equipment caused by third parties, any claim the Contractor
32 had or may have had against the third party shall be deemed assigned to the
'33 Contracting Agency, to the extent of the Contracting Agency's payment for such
34 damage.
35
36 Payment will be limited to repair of damaged work only. No payment will be made for
00 37 delay or disruption of work.
38
39 For the purpose of providing a common proposal for all bidders, the Contracting Agency
40 has entered an amount for"Reimbursement For Third Party Damage" in the proposal to
"` 41 become a part of the total bid by the Contractor.
42
AW 43 1-07.16(1) Private/Public Property
44 This section is revised to read:
45
46 The Contractor shall not use Contracting Agency owned or controlled property other
0W 47 than that directly affected by the contract work without the approval of the Engineer. If
48 the Engineer grants such approval, the Contractor shall then vacate the area when
49 ordered to do so by the Engineer. Approval to temporarily use the property shall not
0
WW
2004 AMENDMENTS DIVISION 1 07.AP1
DECEMBER 6, 2004 Page 1
MW
1 create any entitlement to further use or to compensation for any conditions or
2 requirements imposed.
3
4 The Contractor shall protect private or public property on or in the vicinity of the work
5 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or
6 prevented from being used unless the contract so specifies.
7
8 Property includes land, utilities, trees, landscaping, improvements legally on the right-
9 of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
10 signs, and other.property of all description whether shown on the plans or not.
11
12 If the Engineer orders , or if otherwise necessary, the Contractor shall install protection, =
13 acceptable to the Engineer, for property such as that listed in the previous paragraph.
14 The Contractor is responsible for locating and protecting all property that is subject to
15 damage by the construction operation.
16
17 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere
18 with the use of such property, the Contractor shall restore it to original condition. The
19 Contractor shall also halt any interference with the property's use. If the Contractor
20 refuses or does not respond immediately, the Engineer may have such property 40
21 restored by other means and subtract the cost from money that will be or is due the
22 Contractor.
23 rr
24 The Contractor may access the worksite from adjacent properties. The Contractor shall
25 not use or allow others to use this access to merge with public traffic. During non-
26 working hours, the Contractor shall provide a physical barrier that is either locked or rr
27 physically unable to be moved without equipment. The access shall not go through any
28 existing structures. The access may go through fencing. The Contractor shall control
29 or prevent animals from entering the worksite to the same degree that they were „
30 controlled before the fence was removed. The Contractor shall prevent persons not
31 involved in the contract work from entering the worksite through the access or through
32 trails and pathways intersected by the access. If the contract documents require that 4
33 existing trails or pathways be maintained during construction, the Contractor will insure
34 the safe passage of trail or pathway users. The Contractor shall effectively control
35 airborne particulates that are generated by use of the access. The location and use of
36 the access shall not adversely affect wetlands or sensitive areas in any manner. The
37 Contractor shall be responsible for obtaining all haul road agreements, permits and/or
38 easements associated with the access. The Contractor shall replace any fence, repair
39 any damage and restore the site to its original state when the access is no longer
40 needed. The Contractor shall bear all costs associated with this worksite access.
41
42 1-07.16(2) Vegetation Protection and Restoration
43 The new paragraph below is inserted to follow the third paragraph:
44
45 Any pruning activity required to complete the work as specified shall be performed by
46 persons qualified as a Certified Arborist at the direction of the Engineer.
47
48 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide
49 for Plant Appraisal, Current Edition".
50
151 1-07.16(3) Fences, Mailboxes, Incidentals
52 The first sentence in the first paragraph is revised to read:
�rll
2004 AMENDMENTS DIVISION 1 07.AP1
DECEMBER 6, 2004 Page 2
1 The Contractor shall maintain any temporary fencing to prevent pedestrians from
2 entering the worksite and to preserve livestock, crops, or property when working
3 through or adjacent to private property.
4
5 1-07.18 Public Liability and Property Damage Insurance
6 This section is revised to read:
r 7
8 The Contractor shall obtain and keep in force the following policies of insurance. The
9 policies shall be with companies or through sources approved by the State Insurance
10 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
11 policies shall be kept in force from the execution date of the contract until the date of
12 acceptance by the Secretary (Section 1-05.12).
13
14 1. Owners and Contractors Protective Insurance providing bodily injury and property
15 damage liability coverage with limits of $3,000,000 per occurrence and in the
16 aggregate for each policy period, written on Insurance Services Office (ISO) form
17 CG0009 together with Washington State Department of Transportation
18 Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a
19 named insured.
20
21 The Contractor may choose to terminate this insurance after the date of
22 Substantial Completion as determined by the Engineer or, should Substantial
23 Completion not be achieved, after the date of Physical Completion as determined
24 by the Engineer. In the event the Contractor elects to terminate this coverage, prior
25 to acceptance of the contract, the Contractor shall first obtain an endorsement to
26 the Commercial General Liability Insurance described below that establishes the
27 Contracting Agency on that policy as an additional insured.
28
.» 29 2. Commercial General Liability Insurance written under ISO Form CG0001 or its
30 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
31 for each policy period. This protection may be a CGL policy or any combination of
32 primary, umbrella or excess liability coverage affording total liability limits of not
33 less than $3,000,000. Products and completed operations coverage shall be
34 provided for a period of one year following final acceptance of the work.
„w 35
36 3. Commercial Automobile Liability Insurance providing bodily injury and property
37 damage liability coverage for all owned and nonowned vehicles assigned to or
38 used in the performance of the work with a combined single limit of not less than
39 $1,000,000 each occurrence with the State named as an additional insured in
40 connection with the Contractor's Performance of the contract.
41
42 The Owners and Contractors Protective Insurance policy shall not be subject to a
43 deductible or contain provisions for a deductible. The Commercial General Liability
44 policy and the Commercial Automobile Liability Insurance policy may, at the discretion
45 of the Contractor, contain such provisions. If a deductible applies to any claim under
46 these policies, then payment of that deductible will be the responsibility of the
47 Contractor, notwithstanding any claim of liability against the Contracting Agency.
.. 48 However in no event shall any provision for a deductible provide for a deductible in
49 excess of $50,000.00.
50
,,. 51 Prior to contract execution, the Contractor shall file with the Department of
52 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
2004 AMENDMENTS DIVISION 1 07.AP1
DECEMBER 6, 2004 Page 3
1 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
2 required under these specifications.
3
4 All insurance policies and Certificates of Insurance shall include a requirement
5 providing for a minimum of 45 days prior written notice to the Contracting Agency of any
6 cancellation or reduction of coverage. All insurance coverage required by this section
7 shall be written and provided by"occurrence-based" policy forms rather than by"claims
8 made"forms. ei
9
10 Failure on the part of the Contractor to maintain the insurance as required shall
11 constitute a material breach of contract upon which the Contracting Agency may, after
12 giving five working days notice to the Contractor to correct the breach, immediately
13 terminate the contract or, at its discretion, procure or renew such insurance and pay
14 any and all premiums in connection therewith, with any sums so expended to be repaid
15 to the Contracting Agency on demand, or at the sole discretion of the Contracting
16 Agency, offset against funds due the Contractor from the Contracting Agency.
17
18 All costs for insurance, including any payments of deductible amounts, shall be
19 considered incidental to and included in the unit contract prices and no additional
20 payment will be made. ,
21
22 1-07.23(1) Construction Under Traffic
23 The first paragraph is supplemented with the following:
24
25 The Contractor shall enter interstate highways only through legal movements from
26 existing roads, streets, and through other access points specifically allowed by the
27 contract documents.
28
29 The fourth sentence in the second paragraph is revised to read:
30 '
31 Deficiencies not caused by the Contractor's operations shall be repaired by the
32 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
Y
_a
2004 AMENDMENTS DIVISION 1 07.AP1
DECEMBER 6, 2004 Page 4
1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
2 December 6, 2004
.. 3 Section 1-10 is revised in its entirety to read:
4
5 1-10.1 General
6 The Contractor, utilizing contractor labor and contractor-provided equipment and
7 materials (except when such labor, equipment or materials are to be provided by the
8 Contracting Agency as specifically identified herein), shall plan, manage, supervise and
9 perform all temporary traffic control activities needed to support the work of the
10 contract.
11
12 1-10.1(1) Materials
13 Materials shall meet the requirements of the following sections:
14
%W 15 Stop/Slow Paddles 9-35.1
16 Construction Signs 9-35.2
17 Wood Sign Posts 9-35.3
18 Sequential Arrow Signs 9-35.4
go 19 Portable Changeable Message Signs 9-35.5
20 Barricades 9-35.6
21 Traffic Safety Drums 9-35.7
22 Barrier Drums 9-35.8
23 Traffic Cones 9-35.9
24 Tubular Markers 9-35.10
25 Warning Lights and Flashers 9-35.11
26 Truck-Mounted Attenuator 9-35.12
27
28 1-10.1(2) Description
29 The Contractor shall provide flaggers, spotters and all other personnel required for
30 labor for traffic control activities and not otherwise specified as being furnished by the
�. 31 Contracting Agency.
32
33 The Contractor shall perform all procedures necessary to support the contract work.
.� 34
35 The Contractor shall provide signs and other traffic control devices not otherwise
36 specified as being furnished by the Contracting Agency. The Contractor shall erect and
�. 37 maintain all construction signs, warning signs, detour signs, and other traffic control
38 devices necessary to warn and protect the public at all times from injury or damage as
39 a result of the Contractor's operations which may occur on or adjacent to highways,
40 roads, or streets. No work shall be done on or adjacent to the roadway until all
41 necessary signs and traffic control devices are in place.
42
43 The traffic control resources and activities described shall be used for the safety of the
ow 44 public, of the Contractor's employees, and of the Contracting Agency's personnel and
45 to facilitate the movement of the traveling public. Traffic control resources and activities
46 may be used for the separation or merging of public and construction traffic when such
�•» 47 use is in accordance with a specific approved traffic control plan.
48
49 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and
.. 50 remove signs; or provide, erect, maintain, and remove other traffic control devices when
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 1
1 ordered to do so by the Engineer, the Contracting Agency may, without further notice to
2 the Contractor or the Surety, perform any of the above and deduct all of the costs from
3 the Contractor's payments.
4 V'
5 The Contractor shall be responsible for providing adequate labor, sufficient signs, and
6 other traffic control devices, and for performing traffic control procedures needed for the
7 protection of the work and the public at all times regardless of whether or not the labor,
8 devices or procedures have been ordered by the Engineer, furnished by the Contracting
9 Agency, or paid for by the Contracting Agency.
10
11 Wherever possible when performing contract work, the Contractor's equipment shall
12 follow normal and legal traffic movements. The Contractor's ingress and egress of the
13 work area shall be accomplished with as little disruption to traffic as possible. Traffic
14 control devices shall be removed by picking up the devices in a reverse sequence to
15 that used for installation. This may require moving backwards through the workzone.
16 When located behind barrier or at other locations shown on approved traffic control
17 plans, equipment may operate in a direction opposite to adjacent traffic. 40
18
19 The Contractor is advised that the Contracting Agency may have entered into operating
20 agreements with one or more law enforcement organizations for cooperative activities. 40
21 Under such agreements, at the sole discretion of the Contracting Agency, law
22 enforcement personnel may enter the workzone for enforcement purposes and may
23 participate in the Contractor's traffic control activities. The responsibility under the 40
24 contract for all traffic control resides with the Contractor and any such participation by
25 law enforcement personnel in Contractor traffic control activities will be referenced in
26 the Special Provisions or will be preceded by an agreement and, if appropriate, a cost
27 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
28 the Contractor, to the services or participation of the law enforcement organization.
29
30 1-10.2 Traffic Control Management
31
32 1-10.2(1) General
33 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
34 Contractor shall manage temporary traffic control with his or her own staff. Traffic
35 control management responsibilities shall be formally assigned to one or more company
36 supervisors who are actively involved in the planning and management of field contract
37 activities. The Contractor shall provide the Engineer with a copy of the formal
38 assignment. The duties of traffic control management may not be subcontracted.
39
40 The Contractor shall designate an individual or individuals to perform the duties of the
41 primary Traffic Control Supervisor (TCS). The designation shall also identify an
42 alternate TCS who can assume the duties of the primary TCS in the event of that
43 person's inability to perform. The TCS shall be responsible for safe implementation of
44 approved Traffic Control Plans provided by the Contractor.
45
46 The designated individuals shall be certified as worksite traffic control supervisors by
47 one of the organizations listed in the Special Provisions. Possession of a current
48 flagging card by the TCS is mandatory. A traffic control management assignment and
49 a TCS designation are required on all projects that will utilize traffic control.
50
51 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
52 assigned traffic control management personnel and the TCS can be contacted and be
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 2
1 available upon the Engineer's request at other than normal working hours. These
2 persons shall have the resources, ability and authority to expeditiously correct any
3 deficiency in the traffic control system.
4
5 1-10.2(1)A Traffic Control Management
6 The responsibilities of the Contractor's traffic control management personnel shall
7 include:
8
9 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
10 to ensure that proper safety and traffic control measures are implemented and
11 consistent with the specific requirements created by the Contractor's
112 workzones and the Contract. Some form of oversight shall be in place and
a, 13 effective even when the traffic control management personnel are not present
14 at the jobsite.
15
to 16 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
17 (TCPs) which are compatible with the work operations and traffic control for
18 which they will be implemented. Having the latest adopted edition of the
19 Manual On Uniform Traffic Control Devices for Streets and Highways
20 (MUTCD,) including the Washington State Modifications to the MUTCD and
21 applicable standards and specifications available at all times on the project.
22
23 3. Discussing proposed traffic control measures and coordinating implementation
24 of the Contractor-adopted traffic control plan(s) with the Engineer.
25
�. 26 4. Coordinating all traffic control operations, including those of subcontractors
27 and suppliers, with each other and with any adjacent construction or
28 maintenance operations.
*. 29
30 5. Coordinating the project's activities (such as ramp closures, road closures,
31 and lane closures) with appropriate police, fire control agencies, city or county
up 32 engineering, medical emergency agencies, school districts, and transit
33 companies.
34
135 6. Overseeing all requirements of the contract that contribute to the convenience,
36 safety, and orderly movement of vehicular and pedestrian traffic.
37
138 7. Reviewing the TCS's diaries daily and being aware of field traffic control
39 operations.
40
41 8. Being present on-site a sufficient amount of time to adequately satisfy the
42 above-listed responsibilities.
43
44 Failure to carry out any of the above-listed responsibilities shall be a failure to comply
w 45 with the contract and may result in a suspension of work as described in Section 1-08.6.
46
47 1-10.2(1)B Traffic Control Supervisor
�.► 48 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
49 spotting or other traffic control labor is being utilized or less frequently, as authorized by
50 the Engineer.
51
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 3
1 The TCS shall personally perform all the duties of the TCS. During nonwork periods,
2 the TCS shall be available to the job site within a 45-minute time period after notification
3 by the Engineer.
4
5 The TCS's duties shall include:
6
7 1. Having a current set of approved traffic control plans (TCPs), applicable a
8 contract provisions as provided by the Contractor, the latest adopted edition of
9 the MUTCD, including the Washington State Modifications to the MUTCD, the
110 book Quality Guidelines for Work Zone Traffic Control Devices, and applicable
11 standards and specifications.
12
13 2. Inspecting traffic control devices and nighttime lighting for proper location,
14 installation, message, cleanliness, and effect on the traveling public. Traffic
15 control devices shall be inspected at least once per hour during working hours
16 except that Class A signs and nighttime lighting need to be checked only once
117 a week. Traffic control devices left in place for 24 hours or more shall also be
18 inspected once during the nonworking hours when they are initially set up
19 (during daylight or darkness, whichever is opposite of the working hours). The
20 TCS shall correct, or arrange to have corrected, any deficiencies noted during "a
21 these inspections.
22
23 3. Preparing a daily traffic control diary on each day that traffic control is
24 performed using DOT Forms 421-040A and 421-0406, and submitting them to
25 the Engineer no later than the end of the next working day. The Contractor
26 may use alternate forms if approved by the Engineer. Diary entries shall 0
27 include, but not be limited to: .,
28
29 a. Time of day when signs and traffic control devices are installed and ~,
30 removed,
31 b. Location and condition of signs and traffic control devices,
32 c. Revisions to the traffic control plan,
33 d. Lighting utilized at night, and
34 e. Observations of traffic conditions.
35
36 4. Making minor revisions to the traffic control plan to accommodate site
37 conditions provided that the original intent of the traffic control plan is
38 maintained and the revision has the concurrence of both the Contractor and
39 the Engineer.
40
41 5. Attending traffic control coordinating meetings or coordination activities as
42 necessary for full understanding and effective performance.
43
44 6. Ensuring that all needed traffic control devices and equipment are available
45 and in good working condition prior to the need to install or utilize them.
146
47 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and
48 Spotters or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties
49 of the TCS are accomplished.
50
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 4
aw 1 1-10.2(2) Traffic Control Plans
2 The traffic control plan or plans appearing in the contract documents show a method of
3 handling traffic. All construction signs, flaggers, spotters and other traffic control
aw 4 devices are shown on the traffic control plan(s) except for emergency situations.
5 Where mainline contract traffic control plans are developed with the intent of operating
I6 without the use of flaggers or spotters, the plans shall contain a note that states, "NO
7 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these
8 traffic control plans will not be allowed except in a case where no other means of traffic
9 control can be used or in the event of an emergency. If the Contractor proposes the
aw 10 use of flaggers or spotters with one of these plans, this will constitute a modification
11 requiring approval by the Engineer. The modified plans shall show locations for all the
12 required advance warning'signs and a safe, protected location for the flagging station.
13 If flagging is to be performed during hours of darkness, the plan shall include
14 appropriate illumination for the flagging station.
15
16 When the Contractor's chosen method of performing the work in the contract requires
` 17 some form of temporary traffic control, the Contractor shall either: (1.) designate and
18 adopt, in writing, the traffic control plan or plans from the contract documents that
19 support that method; or (2.) submit a Contractor's plan that modifies, supplements or
" 20 replaces a plan from the contract documents. Any Contractor-proposed modification,
21 supplement or replacement shall show the necessary construction signs, flaggers,
22 spotters and other traffic control devices required to support the work. Any Contractor-
"' 23 proposed traffic control plan shall conform to the established standards for plan
24 development as shown in the MUTCD, Part VI. The Contractor's submittal, either
25 designating and adopting a traffic control plan from the contract documents or
26 proposing a Contractor-developed plan, shall be provided to the Engineer for approval
27 at least ten calendar days in advance of the time the signs and other traffic control
28 devices are scheduled to be installed and utilized. The Contractor shall be solely
�,. 29 responsible for submitting any proposed traffic control plan or modification, obtaining
30 the Engineer's approval and providing copies of the approved Traffic Control Plans to
31 the Traffic Control Supervisor.
32
33 1-10.2(3) Conformance to Established Standards
34 Flagging, signs, and all other traffic control devices and procedures furnished or
,r 135 provided shall conform to the standards established in the latest WSDOT adopted
36 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
37 (MUTCD,) published by the U.S. Department of Transportation and the Washington
38 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be
4" 39 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the
40 American Traffic Safety Services Association. Copies of the MUTCD and Quality
41 Guidelines for Work Zone Traffic Control Devices may be purchased from the American
`m 42 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg,
43 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be
44 obtained from the Department of Transportation, Olympia, Washington 98504.
.. 45
46 In addition to the standards of the MUTCD described above, the Contracting Agency
47 has scheduled the implementation of crashworthiness requirements for most workzone
.. 48 devices. The National Cooperative Highway Research Project (NCHRP) Report 350
49 has established requirements for crash testing. Workzone devices are divided into four
50 categories. Each of those categories and, where applicable, the schedule for
51 implementation is described below:
52
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 5
1 Category 1 includes those items that are small and lightweight, channelizing, and
2 delineating devices that have been in common use for many years and are known to be
3 crashworthy by crash testing of similar devices or years of demonstrable safe ;
4 performance. These include cones, tubular markers, flexible delineator posts, and
5 plastic drums. All Category 1 devices used on the project shall meet the requirements
6 of NCHRP 350 as certified by the manufacturer of the device.
7
8 Category 2 includes devices that are not expected to produce significant vehicular
9 velocity change, but may otherwise be hazardous. Examples of this class are
110 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All
11 new Category 2 devices purchased after October 1, 2000 shall meet the requirements
12 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used
13 on the project until December 31, 2007. For the purpose of definition, a sign support
14 and sign shall be considered a single unit. A new sign may be purchased for an existing
15 sign support and the entire unit will be defined as"existing equipment."
16
17 Category 3 is for hardware expected to cause significant velocity changes or other
18 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
19 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting 40
20 the definitions of Category 1 or 2 are examples from this category. Many Category 3
21 devices are defined in the design of the project. Where this is the case, NCHRP 350
22 requirements have been incorporated into the design and the Contractor complies with
123 the requirements by constructing devices according to the plans and specifications.
24 Where the device is a product chosen by the Contractor, the device chosen must be
25 compliant with the requirements of NCHRP 350.
26
27 Category 4 includes portable or trailer-mounted devices such as arrow displays,
28 temporary traffic signals, area lighting supports, and portable changeable message
29 signs. There is presently no implementation schedule for mandatory crashworthiness
30 compliance for these devices.
31
132 The condition of signs and traffic control devices shall be acceptable or marginal as
33 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will
34 be accepted based on a visual inspection by the Engineer. The Engineer's decision on
35 the condition of a sign or traffic control device shall be final. A sign or traffic control *a
136 device determined to be unacceptable shall be removed from the project and replaced
37 within 12 hours of notification.
38
39 1-10.3 Traffic Control Labor, Procedures and Devices
40
41 1-10.3(1) Traffic Control Labor
42 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
43 procedures related to temporary traffic control and for the setup, maintenance and
44 removal of all temporary traffic control devices and construction signs necessary to
45 control traffic during construction operations.
46
47 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
48 During hours of darkness, white coveralls or white or yellow rain gear shall also be
49 wom. The vests and other apparel shall be in conformance with Section 1-07.8.
50
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 6
1 1-10.3(1)A Flaggers and Spotters
2 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
I3 or where directed by the Engineer. All flaggers and spotters shall possess a current
4 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The
5 flagging card shall be immediately available and shown to the Contracting Agency upon
6 request.
"• 7
8 Flagging stations shall be shown on Traffic Control Plans at locations where
9 construction operations require stopping or diverting public traffic. Flagging stations
10 shall be staffed only when flagging is required. This staffing may be continuous or
11 intermittent, depending on the nature of the construction activity. Whenever a flagger is
12 not required to stop or divert traffic, the flagger shall move away from the flagging
• 13 station to a safer location. During hours of darkness, flagging stations shall be
14 illuminated in a manner that insures that flaggers can easily be seen but that does not
15 cause glare to the traveling public. Flaggers shall be equipped with portable two-way
16 radios, with a range suitable for the project. The radios shall be capable of having
17 direct contact with project management(foremen, superintendents, etc.).
18
19 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
20 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24"
21 paddles and all new paddles purchased for the project shall conform to those
22 provisions. Previously specified 18" paddles may be used at the request of the
23 Contractor until December 31, 2005.
24
25 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
4W 26 can detect errant drivers or other hazards and provide an effective warning to other
27 workers. Spotting stations will not be allowed at locations where the spotter will be in
28 unnecessary danger. The Contractor shall furnish noise-makers or other effective
I29 warning devices for spotting operations. The duties of a spotter shall not include
30 flagging.
31
.. 32 1-10.3(1)B Other Traffic Control Labor
33 In addition to flagging or spotting duties; the Contractor shall provide personnel for all
34 other traffic control procedures required by the construction operations and for the labor
w.► 35 to install, maintain and remove any traffic control devices shown on Traffic Control
36 Plans.
37
ow 38 1-10.3(2) Traffic Control Procedures
39
40 1-10.3(2)A One-Way Traffic Control
41 The project work may require that traffic be maintained on a portion of the roadway
42 during the progress of the work using one-way traffic control. If this is the case, the
43 Contractor's operation shall be confined to one-half the roadway, permitting traffic on
A, 44 the other half. If shown on an approved traffic control plan or directed by the Engineer,
45 one-way traffic control, in accordance with the MUTCD, shall be provided and shall also,
46 conform to the following requirements:
47
48 In any one-way traffic control configuration, side roads and approaches will be closed or
49 controlled by a flagger or by appropriate approved signing. A side road flagger will
50 coordinate with end flaggers where there is line of sight and with the pilot car where the
51 end flaggers cannot be seen.
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 7
1
2 Queues of vehicles will be allowed to take turns passing through the workzone in the
3 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not
4 use the open traffic lane except while following the same rules and routes required of
5 the public traffic.
6
7 As conditions permit, the Contractor shall, at the end of each day, leave the work area
8 in such condition that it can be traveled without damage to the work, without danger to
9 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
10 traffic control cannot be dispensed with after working hours, then the operation will be
11 continued throughout the non-working hours.
12
13 1-10.3(2)B Rolling Slowdown
114 For work operations on multi-lane roadways that necessitate short-term roadway
15 closures of 15 minutes or less, the Contractor may implement a rolling slowdown.
16 Where included in an approved traffic control plan, a rolling slowdown shall be
17 accomplished using one traffic control vehicle with flashing amber lights for each lane to
18 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
19 the blockade. The traffic control vehicles shall enter the roadway and form a moving
20 blockade to reduce traffic speeds and create a clear area in front of the moving
21 blockade to accomplish the work without a total stoppage of traffic.
22
23 A portable changeable message sign shall be placed ahead of the starting point of the
24 traffic control to warn traffic of the slowdown. The sign shall be placed far enough
25 ahead of the work to avoid any expected backup of vehicles.
26 +r
27 The location where the traffic control vehicles shall begin the slowdown and the speed
28 at which the moving blockade will be allowed to travel will be calculated to
29 accommodate the estimated time needed for closure. The chase control vehicle shall
30 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
31 Contractor may begin the work operation. In the event that the work operation is not
32 completed when the moving blockade reaches the site, all work except that necessary
{ 33 to clear the roadway shall cease immediately and the roadway shall be cleared and
34 reopened as soon as possible.
35
36 All ramps and entrances to the roadway between the moving blockade and work
37 operation shall be temporarily closed using flaggers. Radio communications between
38 the work operation and the moving blockade shall be established and utilized to adjust
39 the speed of the blockade to accommodate the closure time needed.
40
41 1-10.3(2)C Lane Closure Setup/Takedown
42 Where allowed by the contract and where shown on approved traffic control plans or
43 directed by the Engineer, the Contractor shall set up traffic control measures to close
44 one or more lanes of a multi-lane facility. When this is to occur, the following sequence
45 shall be followed: r
46
47 1. Advance warning signs are set up on the shoulder of the roadway opposite the
48 lane to be closed,
49
50 2. Advance warning signs are set up on the same shoulder as the lane to be
51 closed,
52 i
r
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 page 8
rrr
`w 1 3. A truck-mounted aftenuator, with arrow board, is moved into place at the
2 beginning of the closure taper,
3
N. 4 4. Channelization devices are placed to mark the taper and the length of the
5 closure as shown on the traffic control plan.
6
ON 7 Once the lane is closed, the TMA/arrow board combination may be replaced
8 with an arrow board without aftenuator.
9
dw 10 If additional lanes are to be closed, this shall be done in sequence with previous lane
11 closures using the same sequence of activities. A truck-mounted aftenuator with arrow
12 board is required during the process of closing each additional lane and may be
13 replaced with an arrow board without aftenuator after the lane is closed. Each closed
14 lane shall be marked with a separate arrow board at all times.
15
16 Traffic control for lane closures shall be removed in the reverse order of its installation.
17
18 1-10.3(2)D Mobile Operations
19 Where construction operations are such that movement along the length of a roadway
20 is continuous or near-continuous to the extent that a stationary traffic control layout will
21 not be effective, the Contractor shall implement a moving, or mobile, traffic control
22 scheme. Such moving control shall always be conducted in the same direction as the
23 adjacent traffic.
24
25 Where shown on an approved traffic control plan or where directed by the Engineer,
.• 26 mobile traffic control shall consist of portable equipment, moving with the operation. A
27 portable changeable message sign shall be established in advance of the operation, far
28 enough back to provide warning of both the operation and of any queue of traffic that
29 has formed during the operation. The advance sign shall be continuously moved to
30 stay near the back of the queue at all times. A truck-mounted aftenuator, with arrow
31 board, shall be positioned and maintained at a fixed distance upstream of the work. A
32 shadow vehicle, with truck-mounted aftenuator shall be positioned and maintained
33 immediately upstream of the work.
34
35 1-10.3(2)E Patrol & Maintain Traffic Control Measures
36 At all times, when temporary traffic control measures are in place, the Contractor shall
37 provide for patrolling and maintaining these measures. The work shall consist of
38 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
39 where necessary, providing maintenance for all equipment, including replacing batteries
40 and light bulbs as well as keeping motorized and electronic items functioning, and
41 adjusting the location of devices to respond to actual conditions, such as queue length,
42 unanticipated traffic conflicts and other areas where planned traffic control has proven
43 ineffective.
44
45 This work shall be performed by the Contractor, either by or under the direction of the
46 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched
47 so that all traffic control can be reviewed at least once per hour during working hours
a„ 148 and at least once during each non-working day.
49
50 1-10.3(3) Traffic Control Devices
aw 51
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 9
1 1-10.3(3)A Construction Signs
2 All construction signs required by approved traffic control plans, as well as any other
3 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
4 Contractor shall provide the posts or supports and erect and maintain the signs in a
5 clean, neat, and presentable condition until the need for them has ended. Post
6 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
7 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b.
a When the need for construction signs has ended, the Contractor, upon approval of the
9 Engineer, shall remove all signs, posts, and supports from the project and they shall
10 remain the property of the Contractor. ,w+
11
12 No passing zones on the existing roadway that are marked with paint striping and which
13 striping is to be obliterated by construction operations shall be replaced by "Do Not
14 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
15 and signs. The signs shall be maintained by the Contractor until they are removed or
16 until the contract is physically completed. When the project includes striping by the
17 Contractor, the signs and posts shall be removed by the Contractor when the no
18 passing zones are reestablished by striping. The signs and posts will become the
19 property of the Contractor. When the Contractor is not responsible for striping and
20 when the striping by others is not completed when the project is physically completed,
21 the posts and signs shall be left in place and shall become the property of the
22 Contracting Agency.
23
24 All existing signs, new permanent signs installed under this contract, and construction
25 signs installed under this contract that are inappropriate for the traffic configuration at a
26 given time shall be removed or completely covered with metal, plywood, or an Engineer
27 approved product specifically manufactured for sign covering during periods when they
28 are not needed.
29
30 Construction signs will be divided into two classes. Class A construction signs are
31 those signs that remain in service throughout the construction or during a major phase
32 of the work. They are mounted on posts, existing fixed structures, or substantial
33 supports of a semi-permanent nature. Class A signs will be designated as such on the
34 approved Traffic Control Plan. "Do Not Pass"and"Pass With Care"signs are classified
35 as Class A construction signs. Sign and support installation for Class A signs shall be
36 in accordance with the Contract Plans or the Standard Plans. Class B construction
37 signs are those signs that are placed and removed daily, or are used for short durations
38 which may extend for one or more days. They are mounted on portable or temporary J k
39 mountings. i
40
41 Where it is necessary to add weight to signs for stability, the only allowed method will
42 be a bag of sand that will rupture on impact. The bag of sand shall have a maximum '
43 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
44
45 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
46 Engineer deems to be unacceptable while their use is required on the project shall be
47 replaced by the Contractor.
48
49 1-10.3(3)B Sequential Arrow Signs
50 Where shown on an approved traffic control plan or where ordered by the Engineer, the
51 Contractor shall provide, operate and maintain sequential arrow signs. In some
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 10
.r 1 locations, the sign will be shown as a unit with an attenuator. In other locations, the
2 plan will indicate a stand-alone unit.
3
•• 4 1-10.3(3)C Portable Changeable Message Sign
5 Where shown on an approved traffic control plan or where ordered by the Engineer, the
6 Contractor shall provide, operate and maintain portable changeable message signs.
7 These signs shall be available, on-site, for the entire duration of their projected use.
8
9 1-10.3(3)D Barricades
aw 10 Where shown on an approved traffic control plan or where ordered by the Engineer, the
11 Contractor shall provide, install and maintain barricades. Barricades shall be kept in
12 good repair and shall be removed immediately when, in the opinion of the Engineer,
so 13 they are no longer functioning as designed.
14
15 Where it is necessary to add weight to barricades for stability, the only allowed method
16 will be a bag of sand that will rupture on impact. The bag of sand shall have a
go 17 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
18 ground.
19
20 1-10.3(3)E Traffic Safety Drums
21 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
22 the Contractor shall provide, install and maintain traffic safety drums.
"' 23
24 Used drums may be utilized, provided all drums used on the project are of essentially
25 the same configuration.
am 26
27 The drums shall be designed to resist overturning by means of a weighted lower unit
28 that will separate from the drum when impacted by a vehicle.
N. 29
30 Drums shall be regularly maintained to ensure that they are clean and that the drum
31 and reflective material are in good condition. If the Engineer determines that a drum
wo 32 has been damaged beyond usefulness, or provides inadequate reflectivity, a
33 replacement drum shall be furnished.
34
35 When the Engineer determines that the drums are no longer required, they shall be
am 36 removed from the project and shall remain the property of the Contractor.
37
38 1-10.3(3)F Barrier Drums
39 Where shown on approved Traffic Control Plans and as ordered by the Engineer,
40 barrier drums shall be placed on temporary concrete barrier at the following
41 approximate spacing:
•• 42
43 Concrete Barrier Barrier Drum
44 Placement Spacing in Feet
45 Tangents 1/z mile or less 1 2 times posted speed limit
46 Tangents greater than 1/2 mile 4 times posted speed limit
47 Tapers and Curves posted speed limit
*W 48
49 Note 1 A minimum of 3 barrier drums shall be used.
50 Note 2 A minimum of 5 barrier drums shall be used.
.� 51
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 11
..
.;T
1 Temporary concrete barrier reflectors may be excluded when using barrier drums.
2
3 Both legs of the barrier drums shall be completely filled with sand. The top oval should
4 not be filled. !°
5
6 Used barrier drums may be used, provided all barrier drums used on the project are of
7 essentially the same configuration.
8
9 Barrier drums shall be regularly maintained to ensure that they are clean and that the
10 barrier drum and reflective material are in good condition. If the Engineer determines
11 that a barrier drum has been damaged beyond usefulness, or provides inadequate
12 reflectivity, a replacement barrier drum shall be furnished. -
13
14 When the Engineer determines that the drums are no longer required, they shall be
15 removed from the project and shall remain the property of the Contractor.
16
17 1-10.3(3)G Traffic Cones `
18 Where shown on an approved traffic control plan or where ordered by the Engineer, the
19 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
20 repair and shall be removed immediately when directed by the Engineer. Where wind
21 or moving traffic frequently displace cones, an effective method of stabilizing cones,
22 such as stacking two together at each location, shall be employed.
23 00
24 1-10.3(3)H Tubular Markers
25 Where shown on an approved traffic control plan or where ordered by the Engineer, the
26 Contractor shall provide, install and maintain tubular markers. Tubular markers shall be 0
27 kept in good repair and shall be removed immediately when directed by the Engineer.
28 Tubular markers are secondary devices and are not to be used as substitutes for cones
29 or other delineation devices without an approved traffic control plan. '=+
30
31 Where the Traffic Control Plan shows pavement-mounted tubular markers, the
32 adhesive used to fasten the base to the pavement shall be suitable for the purpose, as
33 approved by the Engineer. During the removal of pavement-mounted tubular markers,
34 care shall be taken to avoid damage to the existing pavement. Any such damage shall
35 be repaired by the Contractor at no cost to the Contracting Agency.
36
37 1-10.3(3)1 Warning Lights and Flashers
38 Where shown attached to traffic control devices on an approved traffic control plan or to
39 where ordered by the Engineer, the Contractor shall provide and maintain flashing
40 warning lights. Lights attached to advance warning signs shall be Type B, high-
41 intensity. Lights attached to traffic safety drums, barricades or other signs shall be
42 Type C, steady-burning low intensity or, where attention is to be directed to a specific
43 device, Type A, flashing low-intensity units.
44
45 1-10.3(3)) Truck-Mounted Attenuator
46 Where shown on an approved traffic control plan or where ordered by the Engineer, the
47 Contractor shall provide, operate and maintain truck-mounted impact attenuators
48 (TMA). These attenuators shall be available, on-site, for the entire duration of their
49 projected use.
50
r
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 12
1 The TMA shall be positioned to separate and protect construction workzone activities
2 from normal traffic flow.
3
4 During use, the attenuator shall be in the full down-and-locked position. For stationary
5 operations, the truck's parking brake shall be set.
6
.. 7 1-10.4 Measurement
8
9 1-10.4(1) Lump Sum Bid for Project(No Unit Items)
,�. 10 When the bid proposal contains the item "Project Temporary Traffic Control", there will
11 be no measurement of unit items for work defined by Section 1-10 except as described
12 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
�, 13 10.4(2) and 1-10.5(2) is deleted.
14
15 No specific unit of measurement will apply to the lump sum item of "Project Temporary
16 Traffic Control."
.r 17
18 1-10.4(2) Item Bids with Lump Sum for Incidentals
19 When the bid proposal does not contain the item "Project Temporary Traffic Control",
20 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
21 all of the following items, measured as noted.
22
23 No specific unit of measurement will apply to the lump sum item of 'Traffic Control
24 Supervisor."
25
26 "Flaggers and Spotters"will be measured by the hour. Hours will be measured for each
27 flagging or spotting station, shown on an approved Traffic Control Plan, when that
28 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
29 staffed on an intermittent basis, no deduction will be made in measured hours provided
30 that the person staffing the station is in a standby mode and is not performing other
31 duties.
,,. 32
33 "Other Traffic Control Labor" will be measured by the hour. With the exception of
34 patrolling and maintaining, hours will be measured for each person engaged in any one
35 of the following activities:
36
37 Operating a pilot vehicle during one-way piloted traffic control.
38
39 0 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
40 operation.
41
42 0 Operating a vehicle or placing/removing traffic control devices during the setup
43 or takedown of a lane closure. Performing preliminary work to prepare for
44 placing and removing these devices.
45
46 0 Operating any of the moving traffic control equipment, or adjusting signing
47 during a mobile operation as described in Section 1-10.3(2)D.
.. 48
49 0 Patrolling and maintaining traffic control measures as described in Section 1-
50 10.3(2)E. The hours of one person will be measured for each patrol route
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 13
..
1 necessary to accomplish the review frequency required by the provision, 40
2 regardless of the actual number of persons per route.
3
4 Placing and removing Class B construction signs. Performing preliminary
5 work to prepare for placing and removing these signs.
6
7 • Relocation of Portable Changeable Message Signs within the project limits.
8
9 • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
10 Cones, Tubular Markers and Warning Lights and Flashers to carry out
11 approved Traffic Control Plan(s). Performing preliminary work to prepare for
12 installing these devices.
13
14 Time spent on activities other than those listed will not be measured under this
15 item.
16
17 "Construction Signs, Class A" will be measured by the square foot of panel area for
18 each sign designated on an approved Traffic Control Plan as Class A or for each
19 construction sign installed as ordered by the Engineer and designated as Class A at the
20 time of the order. Class A signs may be used in more than one location and will be
21 measured for each new installation. Class B construction signs will not be measured.
22 Sign posts or supports will not be measured.
23
24 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
25 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
26
27 "Portable Changeable Message Sign"will be measured per each one time only for each
28 portable changeable message sign used on the project. The final pay quantity shall be
29 the maximum number of such signs in place at any one time as approved by the
30 Engineer.
31
32 "Operation of Portable Changeable Message Sign" will be measured by the hour for
33 each hour of operation. The hours of operation will be determined by the Engineer.
34 Hours of operation in excess of those determined by the Engineer will be at the
35 Contractor's expense.
36
37 `Truck Mounted Impact Attenuator" will be measured per each one time only for each
38 truck with mounted impact attenuator used on the project. The final pay quantity shall
39 be the maximum number of truck-mounted impact attenuators in place at any one time.
40
41 "Operation of Truck-Mounted Impact Attenuator" will be measured by the hour for each
42 truck-mounted attenuator manned and operated. Manned and operated shall be when A6
43 the truck-mounted impact attenuator has an operator and is required to move, in
44 operating position, with the construction operation or when moving the TMA from one
45 position to another on the project.
46
47 No specific unit of measurement will apply to the force account item of "Repair Truck-
48 Mounted Impact Attenuator".
49
50 No specific unit of measurement will apply to the lump sum item of "Other Temporary
51 Traffic Control".
52
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 14
1 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
2 The contract provisions may establish the project as lump sum, in accordance with
3 Section 1-10.4(1) and also include one or more of the items included above in Section
w 4 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
5 10.4(2) is not deleted and the work under that item will be measured as specified.
6
.., 7 1-10.4(4) Owner-Provided Resources
8 The contract provisions may call for specific items of labor, materials or equipment,
9 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
10 Contracting Agency. When this occurs, there will be no adjustment in measurement of
11 unit quantities.
12
13 1-10.5 Payment
14
15 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
w. 16 "Project Temporary Traffic Control", lump sum.
17 The lump sum contract payment shall be full compensation for all costs incurred by the
18 Contractor in performing the contract work defined in Section 1-10, except for costs
19 compensated by bid proposal items inserted through contract provisions as described in
20 Section 1-10.4(3).
21
22 1-10.5(2) Item Bids with Lump Sum for Incidentals
"" 23 `Traffic Control Supervisor", lump sum.
24 The lump sum contract payment shall be full compensation for all costs incurred by the
25 Contractor in performing the contract work defined in Section 1-10.2(1)B.
26
27 "Flaggers and Spotters", per hour.
28 The unit contract price, when applied to the number of units measured for this item in
■. 29 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
30 the Contractor in performing the contract work defined in Section 1-10.3(1)A.
31
32 "Other Traffic Control Labor", per hour.
33 The unit contract price, when applied to the number of units measured for this item in
34 accordance with Section 1-10.4(2), shall be full compensation for all labor costs
35 incurred by the Contractor in performing the contract work specifically mentioned for
36 this item in Section 1-10.4(2).
37
38 "Construction Signs Class A", per square foot.
39 The unit contract price, when applied to the number of units measured for this item in
40 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
41 materials and equipment incurred by the Contractor in performing the contract work
42 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
43 signs must be left in place, a change order, as described in Section 1-04.4, will be
44 required.
45
46 "Sequential Arrow Sign", per hour.
47 The unit contract price, when applied to the number of units measured for this item in
.. 48 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
49 materials and equipment incurred by the Contractor in performing the contract work
50 described in Section 1-10.3(3)B.
51
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 15
n'.
1 "Portable Changeable Message Sign", per each.
2 The unit contract price, when applied to the number of units measured for this item in
3 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
4 materials and equipment incurred by the Contractor in procuring all portable
5 changeable message signs required for the project and for transporting these signs to
6 and from the project.
7
8 "Operation of Portable Changeable Message Sign", per hour.
9 The unit contract price, when applied to the number of units measured for this item in
10 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
11 materials and equipment incurred by the Contractor in performing the contract work
12 described in Section 1-10.3(3)C except for costs compensated separately under the
13 items"Other Traffic Control Labor"and "Portable Changeable Message Sign".
14
15 "Truck Mounted Impact Attenuator", per each.
16 The unit contract price, when applied to the number of units measured for this item in
17 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
18 materials and equipment incurred by the Contractor in performing the contract work
19 described in Section 1-10.3(3)J except for costs compensated separately under the
20 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted
21 Impact Attenuator".
22
23 "Operation of Truck Mounted Impact Attenuator", per hour.
24 The unit contract price, when applied to the number of units measured for this item in
25 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
26 materials and equipment incurred by the Contractor in operating truck-mounted impact
27 attenuators on the project.
28 1
29 "Repair Truck-Mounted Impact Attenuator", by force account. {
30 All costs of repairing or replacing truck-mounted impact attenuators that are damaged
31 by the motoring public while in use as shown on an approved Traffic Control Plan will be
32 paid for by force account as specified in Section 1-09.6. To provide a common
33 proposal for all bidders, the Contracting Agency has estimated the amount of force
34 account for "Repair Truck-Mounted Impact Attenuator" and has entered the amount in
35 the Proposal to become a part of the total bid by the Contractor. Truck-mounted
36 attenuators damaged due to the Contractor's operation or damaged in any manner
37 when not in use shall be repaired or replaced by the Contractor at no expense to the
38 Contracting Agency.
39
40 "Other Temporary Traffic Control", lump sum.
41 The lump sum contract payment shall be full compensation for all costs incurred by the
42 Contractor in performing the contract work defined in Section 1-10, and which costs are
43 not.compensated by one of the above-listed items.
44
45 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control +r
46 The contract provisions may establish the project as lump sum, in accordance with
47 Section 1-10.4(1) and also reinstate the measurement of one or more of the items
48 described in Section 1-10.4(2). When that occurs, the corresponding payment
49 provision in Section 1-10.5(2) is not deleted and the work under that item will be paid as
50 specified.
2004 AMENDMENTS DIVISION 1 10.AP1
DECEMBER 6, 2004 Page 16
1 SECTION 2-09, STRUCTURE EXCAVATION
12 December 6, 2004
3 2-09.3(1)E Backfilling
4 The first paragraph under Timing is revised to read:
5
6 Backfill shall not be placed against any concrete structure until the concrete has
7 attained 90 percent of its design strength and a minimum age of 14 days, except that
8 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the
9 wall has attained 90 percent of its design compressive strength and curing
10 requirements of Section 6-02.3(11) are met. Footings and columns may be backfilled
11 as soon as forms have been removed, so long as the backf1l is brought up evenly on all
12 sides.
13
14 2-09.4 Measurement
15 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
16 inches.
w.
r
aw
aw
o.
2004 AMENDMENTS DIVISION 2 09.AP2
DECEMBER 6, 2004 Page 1
1 SECTION 5-04, HOT MIX ASPHALT
2 April 5, 2004
3 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture
4 In item 3, C. (Test Results), the second and third paragraphs are revised to read:
5
6 Sublot sample test results (gradation and asphalt binder content) may be challenged by
7 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
8 that did not meet the verification tolerances, the test results in the test section including
�+• 9 the percent air voids (Va) may be challenged. To challenge test results, the Contractor
10 shall submit a written challenge within five working days after receipt of the specific test
11 results. A split of the original acceptance sample will be sent for testing to either the
12 Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
13 The split of the sample with challenged results will not be tested with the same
14 equipment or by the same tester that ran the original acceptance test. The challenge
1W 15 sample will be tested for a complete gradation analysis and for asphalt binder content.
16
17 The results of the challenge sample will be compared to -the original results of the
18 acceptance sample test and evaluated according to the following criteria:
wr 19
20 Deviation
21 U.S. No. 4 sieve and larger Percent passing t4.0
we 22 U.S. No. 8 sieve Percent passing t2.0
23 U.S. No. 200 sieve Percent passing t0.4
24 Asphalt binder% Percent binder content t0.3
y,i-oM 25 Va% Percent Va t0.7
26
27 Item 3, D. (Test Methods) is revised to read:
28
29 D. Test Methods
30 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
31 by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of
32 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
33 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
34
35 5-04.3(13) Surface Smoothness
36 In the first paragraph, the second sentence is revised to read:
37
38 The completed surface of the wearing course shall not vary more than 1/8 inch from the
39 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline.
40
a` 41 5-04.4 Measurement
42 The first sentence is revised to read:
43
°"' 44 HMA CL. _ PG _, HMA for _ CL. _ PG _, and Commercial HMA will be
45 measured by the ton in accordance with Section 1-09.2, with no deduction being made
46 for the weight of asphalt binder, blending sand, mineral filler, or any other component of
47 the mixture.
2004 AMENDMENTS DIVISION 5 04.AP5
DECEMBER 6, 2004 Page 1
aw
NM 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT
2 December 6, 2004
so 3 5-05.3(1) Concrete Mix Design for Paving
4 Number 1. Materials, is revised to read:
5
aw 6 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform
7 to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-
8 03.1(4) AASHTO grading No. 467. An alternate combined gradation may be
.r 9 proposed, which has a maximum aggregate size equal to or greater than a 2-inch
10 square sieve. The combined aggregate gradation shall conform to Section 9-
11 03.1(5).
r 12
13 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
14 material, shall conform to Section 9-23.9 and shall be limited to Class F with a
15 maximum CaO content of 15 percent by weight.
16
17 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
18 weight of the total cementitious material and shall conform to Section 9-23.10.
.r 19 When both ground granulated blast furnace slag and fly ash are included in the
20 concrete mix, the total weight of both these materials is limited to 35 percent by
21 weight of the total cementitious material. As an alternative to the use of fly ash,
22 ground granulated blast furnace slag and cement as separate components, a
23 blended hydraulic cement that meets the requirements of Section 9-01.2(4)
24 Blended Hydraulic Cements may be used.
25
26 The water/cement ratio shall be calculated on the total weight of cementitious
` 27 material. The following are considered cementitious materials: Portland cement,
28 fly ash, ground granulated blast furnace slag and microsilica. The minimum
29 cementitious material for any mix design shall be 564 pounds per cubic yard.
aw
No
2004 AMENDMENTS DIVISION 5 05.AP5
DECEMBER 6, 2004 Page 1
ow
1 SECTION 6-02, CONCRETE STRUCTURES
2 December 6, 2004
tw 3 6-02.3(2) Proportioning Materials
4 This section is revised to read:
5
6 The total water soluble Chloride ion (CI-) content of the mixed concrete shall not exceed
7 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10
8 percent by weight of cementitious material for reinforced concrete. An initial evaluation
9 may be obtained by testing individual concrete ingredients for total chloride ion content
10 per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion
11 (CI-)or the total water soluble Chloride ion (CI-) in accordance with ASTM C 1218.
++r 12
13 Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
14 concrete as defined in Section 9-01.2(1).
15
16 The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash
17 and ground granulated blast furnace slag is optional for all other classes of concrete.
ow 18
19 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material
20 and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used,
21 shall not exceed 25 percent by weight of the total cementitious material and shall
22 conform to Section 9-23.10. When both ground granulated blast furnace slag and fly
23 ash are included in the concrete mix, the total weight of both these materials is limited
24 to 35 percent by weight of the total cementitious material.
25
26 The water/cement ratio shall be calculated on the total weight of cementitious material.
27 The following are considered cementitious materials: Portland cement, fly ash, ground
28 granulated blast furnace slag and microsilica.
29
30 As an alternative to the use of fly ash, ground granulated blast furnace slag and cement
•r• 31 as separate components, a blended hydraulic cement that meets the requirements of
32 Section 9-01.2(4) Blended Hydraulic Cements may be used.
33
�. 34 6-02.3(2)A Contractor Mix Design
35 The seventh paragraph is revised to read:
36
37 A high-range water reducer (superplasticizer) may be used in all mix designs.
38 Microsilica fume may be used in all mix designs. The use of a high-range water reducer
39 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design.
40
o. 41 6-02.3(5)A General
42 In the fourth paragraph, item 2 is revised to read:
43
"` 44 2. An individual strength test averaged with the two preceding individual strength tests
45 meets or exceeds specified strength (for the same class and exact mix I.D. of
46 concrete on the same contract).
47
148 6-02.3(5)C Conformance to Mix Design
49 This section is revised to read:
50
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 1
1 Cement, coarse and fine aggregate weights shall be within the following tolerances of 16
2 the mix design:
3
4 Batch Volumes less than or equal to 4 cubic yards
5 Cement +5% -1%
6 Aggregate +100/0 -2%
7
8 Batch Volumes more than 4 cubic yards
9 Cement +5% -1%
10 Aggregate +2% -2% �r
11
12 If the total cementitious material weight is made up of different components, these
13 component weights shall be within the following tolerances:
14
15 1. Portland cement weight plus 5% or minus 1 percent of that specified in
16 the mix design.
17 2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
18 3. Microsilica weight plus or minus 10 percent of that specified in the mix
19 design.
20
21 Water shall not exceed the maximum water specified in the mix design.
22
23 6 6-02.3 A Weather and Temperature
( ) perature Limits to Protect Concrete
24 The section 'Cold Weather Protection" is revised to read:
25
26 The Contractor is solely responsible for protecting concrete from inclement weather
27 during the entire curing period. The Contractor shall provide a written procedure for
28 cold weather concreting to the Engineer for review and approval. The procedure shall r
29 detail how the Contractor will prevent the concrete temperature from falling below 50° F. °
30 Extra protection shall be provided for areas especially vulnerable to freezing (such as
31 exposed top surfaces, comers and edges, thin sections, and concrete placed into steel
32 forms). Permission given by the Engineer to place concrete during cold weather will in No
33 no way ensure acceptance of the work by the Contracting Agency. Should the concrete
34 placed under such conditions prove unsatisfactory in any way, the Engineer shall still
35 have the right to reject the work although the plan and the work were carried out with
36 the Engineer's permission.
37
38 If weather forecasts predict air temperatures below 35° F during the seven days just
39 after the concrete placement, the Contractor may place the concrete only if his
40 approved cold weather concreting plan is implemented.
41
42 The Contractor shall provide and maintain a maturity meter in the concrete at a location to
43 specified by the Engineer for each concrete placement. During curing, data from the
44 maturity meter shall be readily available to the Engineer. The Contractor shall record
45 and provide time and temperature data on hourly intervals.
46
47 The Contractor .shall not mix nor place concrete while the air temperature is below
48 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The
49 aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall
50 be mixed with the aggregates before the cement is added. Any equipment and
51 methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt
52 from such preheating requirements.
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 2
2 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by
3 applying flame directly or under sheet metal. If the aggregates are in bins, steam or
4 water coils or other heating methods may be used if aggregate quality is not affected.
5 Live steam heating is not permitted on or through aggregates in bins. If using dry heat,
6 the Contractor shall increase mixing time enough to permit the super-dry aggregates to
.. 7 absorb moisture.
8
9 Any concrete placed in air temperatures below 35° F shall be immediately protected. In
r. 10 addition to the monitoring of the concrete temperature with a maturity meter the
11 Contractor shall provide recording thermometers or other approved devices to monitor
12 the surface temperature of the concrete. The concrete surface temperature shall be
13 maintained at or above 50° F and the relative humidity shall be maintained above
14 80 percent. These conditions shall be maintained for a minimum of seven days or for
15 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is
�. 16 used to maintain the temperature inside an enclosure, moisture shall be added to the
17 enclosure to maintain the humidity as stated above. The Contractor shall stop adding
18 moisture 24 hours before removing the heat.
19
20 If at any period during curing the concrete temperature falls below 50° F on the maturity
21 meter or recording thermometer, no curing time is awarded for that day and the required
22 curing time will be extended day for day where the temperature falls below 50° F. Should
+• 23 the Contractor fail to adequately protect the concrete and the temperature of the concrete
24 falls below 35° F during curing, the Engineer may reject it.
25
aw 26 6-02.3(11) Curing Concrete
27 In the first paragraph, item 3 is supplemented with the following:
28
�.. 29 When continuous moisture or wet curing is required, the Contractor shall keep the
30 concrete surfaces wet with water during curing.
31
32 In the second paragraph, the first sentence is revised to read:
33
34 The Contractor may provide continuous moisture by watering a covering of heavy
35 quilted blankets, by keeping concrete surfaces wet with water continuously and
36 covering with a white reflective type sheeting, or by wetting the outside surfaces of
37 wood forms.
38
39 6-02.3(17)K Concrete Forms on Steel Spans
40 The following new paragraph is inserted between the second and third paragraphs:
41
42 The compression member or bottom connection of cantilever formwork support
43 brackets shall bear either within six inches maximum vertically of the bottom flange or
44 within six inches maximum horizontally of a vertical web stiffener. The Contractor shall
.� 45 also furnish and install temporary struts and ties to prevent rotation of the steel girder.
46 Partial depth cantilever formwork support brackets that do not conform to the above
47 requirements shall not be used, unless the Contractor submits details showing the
.r 48 additional formwork struts and ties used to brace the steel girder against web distortion
49 caused by the partial depth bracket, and receives the Engineer's approval of the
50 submittal.
51
a
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 3
1 6-02.3(17)0 Early Concrete Test Cylinder Breaks
2 The third sentence in the first paragraph is revised to read:
3
4 The Contractor shall retain a testing laboratory to perform this work. t!
5
6 The first paragraph is supplemented with the following:
7
8 Testing laboratories' equipment shall be calibrated within one year prior to testing and
9 testers must be ACI certified.
10 err
11 The first sentence in the fifth paragraph is revised to read:
12
13 The Contractor shall furnish the Engineer with all test results, proof of equipment 0
14 calibration, and tester's certification.
15
16 The sixth paragraph is deleted.
17
18 6-02.3(19)A Elastomeric Bearing Pads
19 This section including title is revised to read:
20
21 6-02.3(19)A Vacant
22 vi
23 6-02.3(19)B Bridge Bearing Assemblies
24 Item 4 is deleted.
25
26 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
27 The eighth paragraph is supplemented with the following: '
28
29 Grout pad may be loaded when a minimum of 4000 psi compressive strength is NO
30 attained.
31
32 6-02.3(21) Drainage of Box Girder Cells
33 This section is supplemented with the following:
34
35 All drainage holes shall be screened in accordance with the Plan details.
36
37 6-02.3(22) Drainage of Substructure
38 The second sentence in the first paragraph is supplemented with the following: +
39
40 Weep holes shall be covered with geotextile meeting the requirements of Section 9-
41 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the No
42 concrete with an approved adhesive.
43
44 6-02.3(24)C Placing and Fastening
45 The fifteenth paragraph beginning with 'Reinforcing steel bars shall not vary... is
46 supplemented with the following:
47
48 Drilled Shafts top of rebar cage elevation +6 inJ-3 in.
49
50 6-02.3(24)E Welding Reinforcing Steel
51 The ninth paragraph is revised to read:
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 4
go 1
2 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars
3 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon
4 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars
5 and other splice members within 6 inches of the weld, unless limited by the available
6 lengths of the bars or splice member.
7
8 The twelfth paragraph is revised to read:
9
10 Under supervision of the State Materials and Fabrication Inspector, the welder shall
11 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of
12 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125
13 percent of the minimum specified yield strength of the bar. The remaining test weld
14 shall be mechanically cut perpendicular to the direction of the welding and
15 macroetched. The macroetch specimen for Flare V groove welds will be inspected for
16 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be
17 cut mechanically at two locations to provide a transverse cross-section of each of the
18 bars spliced in the test assembly. The sections shall show the full cross-section of the
19 weldment, the root of the weld, and any reinforcement. The etched cross-section shall
20 have complete penetration and complete fusion with the base metal and between
21 successive passes in the weld. Groove welds of direct butt splices and flare-groove
22 welds shall not have reinforcement exceeding 1/8 inch in height measured from the
23 main body of the bar and shall have a gradual transition to the base metal surface. No
24 cracks will be allowed in either the weld metal or heat-affected zone. All craters shall
25 be filled to the full cross-section of the weld. Weld metal shall be free from overlay.
26 Undercutting deeper than 1/32 inch will not be allowed except at points where welds
27 intersect the raised pattern of deformations where undercutting less than 1/16 inch
28 deep will be acceptable. The sum of diameters of piping porosity in groove welds shall
29 not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6-inch length
30 of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux-cored arc
31 welding processes shall be made in accordance with Engineer's approval.
33 6-02.3(25) Prestressed Concrete Girders
34 The fourth paragraph is replaced with the following:
35
36 The various types of girders are:
37
38 Prestressed Concrete Girder — Refers to prestressed concrete girders of all
39 types, including prestressed concrete I girders, prestressed concrete wide flange 1
40 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders,
41 precast prestressed concrete members, spliced prestressed concrete girders, and
42 prestressed concrete tub girders.
43
44 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a
�. 45 flanged 1 shaped cross section, requiring a cast-in-place concrete deck to support
46 traffic loads. WSDOT standard girders in this category include Series W42G,
47 W50G, W58G, and W74G.
48
49 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete
50 girder with an I shaped cross section with wide top and bottom flanges, requiring a
51 cast-in-place concrete deck to support traffic loads. WSDOT standard girders in
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 5
1 this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and
2 W95G.
3
4 Bulb Tee Girder— Refers to a prestressed concrete girder, with a wide top flange
5 requiring a cast-in-place concrete deck to support traffic loads. WSDOT standard .:
6 girders in this category include Series W32BTG, W38BTG, W50BTG, and
7 W62BTG.
8
9 Deck Bulb Tee Girder— Refers to a bulb tee girder with a top flange designed to
10 support traffic loads, and designed to be mechanically connected at the flange
11 edges to adjacent girders at the job site. Except where specific requirements are
12 otherwise specified for these girders, deck bulb tee girders shall conform to all
13 requirements specified for bulb tee girders. WSDOT standard girders in this
14 category include Series W35DG, W41 DG, W53DG, and W65DG.
15
16 Thin Flange Deck Bulb Tee Girder— Refers to a bulb tee girder with a top flange
17 width equal to the girder spacing and requiring a cast-in-place concrete deck to
18 support traffic loads. Except where specific requirements are otherwise specified
19 for these girders, thin flange deck bulb tee girders shall conform to all requirements
20 specified for bulb tee girders. WSDOT standard girders in this category ry include
21 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG.
22
23 Precast Prestressed Member(PCPS Member)— Refers to a precast prestressed
24 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS
25 members are designed to be mechanically connected at the flange or member
26 edges to adjacent PCPS members at the job site. Except where specific ie1
27 requirements are otherwise specified for these girders, PCPS members shall
28 conform to all requirements specified for deck bulb tee girders.
29
30 Double Tee Girder — Refers to a hybrid PCPS member that is similar to a deck
31 double tee girder, except that the top surface is a thin top flange requiring a cast-
32 in-place concrete deck to support traffic loads. Double tee girders shall conform to
33 all requirements specified for bulb tee girders and PCPS members.
34
35 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
36 initially fabricated in segments to be longitudinally spliced together with cast-in-
37 place concrete closures at the job site. Except where specific requirements are
38 otherwise specified for these girders, spliced prestressed concrete girders shall
39 conform to all requirements specified for prestressed concrete girders.
40 Anchorages shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D.
41 Ducts shall conform to the Section 6-02.3(26)E requirements for internal
42 embedded installation, and shall be round, unless the Engineer approves use of
43 elliptical shaped ducts. Duct-wedge plate transitions shall conform to Section 6-
44 02.3(26)E. Prestressing reinforcement shall conform to Section 6-02.3(26)F.
45 WSDOT standard girders in this category include Series WF74PTG, W83PTG,
46 and W95PTG.
47
48 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal
49 box or bathtub girders including those fabricated in segments to be spliced
50 together with cast-in-place concrete closures at the job site. Except where specific
51 requirements are otherwise specified for these girders, prestressed concrete tub a
52 girders shall conform to all requirements specified for prestressed concrete girders
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 6
•• 1 and spliced prestressed concrete girders. WSDOT standard girders in this
2 category include Series U**G* or Series OF**G*, where U specifies webs without
3 flanges, OF specifies webs with flanges, ** specifies the girder height in inches,
4 and * specifies the bottom flange width in feet.
5
6 6-02.3(25)A Shop Plans
7 The second, third and fourth paragraphs are revised to read:
8
9 Shop plans shall show the size and location of all cast-in holes for installation of deck
10 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
11 approved deck formwork plans designed in accordance with Section 6-02.3(16). There
12 shall be no field-drilled holes in prestressed concrete girdeFS. Post-tensioning ducts in
13 spliced prestressed concrete girders shall be located so their center of gravity is in
14 accordance with the Plans.
15
16 The Contractor shall have the option to furnish Series W74G prestressed concrete
17 girders with minor dimensional differences from those shown in the Plans. The 2 5/8-
18 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may
19 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as
4W 20 necessary to accommodate the above mentioned changes. Reinforcing steel shall be
21 adjusted as necessary. The overall height and top flange width shall remain
22 unchanged.
23
24 If the Contractor elects to provide a prestressed concrete girder with an increased web
25 thickness, shop plans along with supporting design calculations shall be submitted to
26 the Engineer for approval prior to girder fabrication. The girder shall be designed for at
27 least the same load carrying capacity as the girder shown in the Plans. The load
28 carrying capacity of the mild steel reinforcement shall be the same as that shown in the
29 Plans.
30
31 The sixth paragraph is revised to read:
32
33 The Contractor shall provide five copies of the shop plans to the Engineer for approval,
34 except as otherwise noted. Shop drawings for spliced prestressed concrete girders
35 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be
r" 36 submitted to the Engineer for approval. The shop drawings for spliced prestressed
37 concrete girders shall include all details related to the post-tensioning operations in the
38 field, including details of hardware required, tendon geometry, blockout details, and
.� 39 details of additional or modified steel reinforcing bars required in cast-in-place closures.
40 Approval of shop plans means only that the Engineer accepts the methods and
41 materials. Approval does not imply correct dimensions.
„ 42
43 6-02.3(25)B Casting
44 The first paragraph is revised to read:
45
46 Before casting girders, the Contractor shall have possession of an approved set of shop
47 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for
48 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders,
`y 49 and end bulkhead forms of prestressed concrete girders may be plywood. Interior
50 voids for precast prestressed slabs with voids shall be formed by either wax soaked
51 cardboard or expanded polystyrene forms. The interior void forms shall be secured in
52 the position as shown in the Plans and shall remain in place.
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 7
1
2 The fourth paragraph is revised to read:
3
4 Air-entrainment is not required in the concrete placed into prestressed precast concrete
5 girders, including cast-in-place concrete closures for spliced prestressed concrete
6 girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the
7 top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck
8 double tee girders, and precast prestressed ribbed sections. All concrete for precast
9 prestressed slabs shall be air entrained, except for slabs where the Engineer approves
10 use of air-entrained concrete in the top two inches, only. Maximum and minimum air
11 content shall be as specified in Section 6-02.3(2)A.
12
13 The sixth paragraph is revised to read:
14
15 The Contractor may form circular block-outs in the girder top flanges to receive
16 falsework hanger rods. These block-outs shall:
17
18 1. Not exceed 1 inch in diameter;
19
20 2. Be spaced no more than 72 inches apart longitudinally on the girder; +
21
22 3. Be located 3 inches or more from the outside edge of the top flange on Series
23 W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders, e
24 and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G,
25 WF74PTG, W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG,
26 W50BTG, W62BTG girders and other bulb tee girders.
27
28 6-02.3(25)C Prestressing
29 The sixth paragraph is revised to read:
30
31 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
32 02.3(26)G, and the following requirements:
33
34 1. Before tensioning, the Contractor shall remove all side forms from the cast-in-
35 place concrete closures. From this point until 48 hours after grouting the
36 tendons, the Contractor shall keep all construction and other live loads off the
37 superstructure and shall keep the falsework supporting the superstructure in
38 place.
39
40 2. Once the post-tensioning steel is installed, no welds or welding grounds shall
41 be attached to metal forms, structural steel, or steel reinforcing bars of the
42 structural member.
43
44 3. The Contractor shall not tension the post-tensioning reinforcement until the
45 concrete in the cast-in-place closures reaches the minimum compressive
46 strength specified in the Plans (or 5,000 psi if the concrete strength is not
47 specified in the Plans). This strength shall be measured with concrete
48 cylinders made of the same concrete and cured under the same conditions as
49 the cast-in-place closures.
50
51 4. All post-tensioning shall be completed before placing the sidewalks and
52 barriers on the superstructure.
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 8
2 6-02.3(25)D Curing
3 The fourth paragraph is revised to read:
4
5 Curing of cast-in-place concrete closures for spliced prestressed concrete girders shall
6 conform to Section 6-02.3(11).
wr 7
8 6-02.3(25)E Contractors Control Strength
9 The sixth through eleventh paragraphs are revised to read:
w. 10
11 For precast prestressed members, a test shall consist of four cores measuring 3 inches
12 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
13 sections). Two cores shall be taken from each side of the member and on each side of
14 the member's span midpoint, at locations approved by the Engineer. The core
15 locations for precast prestressed slabs shall be near mid-depth of the slab, within the
16 middle third of the span length, and shall avoid all prestressing strands and steel
17 reinforcing bars. The core locations for precast prestressed ribbed sections shall be
18 immediately beneath the top flange, within the middle third of the span length, and shall
19 avoid all prestressing strands and steel reinforcing bars.
20
21 For prestressed concrete tub. girders, a test shall 'consist of four cores measuring 3
22 inches in diameter by the thickness of the web, taken from each web approximately
23 three feet to the left and to the right of the center of the girder span. The cores shall
24 avoid all prestressing strands and steel reinforcing bars.
25
" 26 For all other prestressed concrete girders, a test shall consist of three cores measuring
27 3 inches in diameter by the thickness of the web and shall be removed from just below
28 the top flange; one at the midpoint of the girder's length and the other two
29 approximately 3 feet to the left and approximately 3 feet to the right.
30
31 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
AW 32 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder
33 if the average compressive strength of the four cores from the precast prestressed
34 member, or prestressed concrete tub girder, or of the three cores from any other
AV 35 prestressed concrete girder, is at least 85 percent of the specified compressive strength
36 with no one core less than75 percent of specified compressive strength.
37
38 If the girder is cored to determine the release strength, the required patching and curing
39 of the patch shall be done prior to shipment. If there are more than three holes or if
40 they are not in a neutral location, the prestress steel shall not be released until the
41 holes are patched and the patch material has attained a minimum compressive strength
42 equal to the required release compressive strength or 4,000 psi, whichever is larger.
'43
44 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
45. using the same type concrete as that in the girder, or a mix approved during the annual
46 plant review and approval. The epoxy bonding agent shall meet the requirements of
47 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests
• 48 show the patch material has attained a minimum compressive strength of 4,000 psi.
49
50 6-02.3(25)F Prestress Release
w� 51 The third paragraph is revised to read:
52
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 9
1 The Contractor may request permission to release the prestressing reinforcement at a
2 minimum concrete compressive strength less than specified in the Plans. This request
3 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and
4 shall be accompanied with calculations showing the adequacy of the proposed release
5 concrete compressive strength. The release strength shall not be less than 3,500 psi,
6 except that the release strength for spliced prestressed concrete girders shall not be
7 less than 4,000 psi. The calculated release strength shall meet the requirements
8 outlined in the Washington State Department of Transportation Bridge Design Manual
9 for tension and compression at release. The proposed minimum concrete compressive
10 strength at release will be evaluated by the Contracting Agency. Fabrication of girders +�w
11 using the revised release strength shall-not begin until the Contracting Agency has
12 provided written approval of the revised release compressive strength. If a reduction of
13 the minimum concrete compressive strength at release is allowed, the Contractor shall
14 bear any added cost that results from the change.
15
16 6-02.3(25)G Protection of Exposed Reinforcement
17 The second paragraph is revised to read:
18
19 Grouting of post-tensioning ducts for spliced prestressed concrete girders shall conform
20 to Section 6-02.3(26)H. '
21
22 6-02.3(25)H Finishing
23 The fourth paragraph is revised to read:
24
25 On the deck bulb tee girder section and all precast prestressed members, the
26 Contractor shall test the roadway deck surface portion for flatness. This test shall occur
27 after floating but while the concrete remains plastic. Testing shall be done with a 10-
28 foot straightedge parallel to the girder centerline and with a flange width straightedge at
29 right angles to the girder centerline. The Contractor shall fill depressions, cut down
30 high spots, and refinish to correct any deviation of more than 1/4 inch within the
31 straightedge length. This section of the roadway surface shall be finished to meet the
32 requirements for finishing roadway slabs, as defined in Section 6-02.3(10) except that,
33 if approved by the Engineer, a coarse stiff broom may be used to provide the finish in
34 lieu of a metal tined comb.
35
A
36 6-02.3(25)1 Tolerances
37 The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to
38 read:
39
40 6-02.3(25)1 Fabrication Tolerances
41 The girders shall be fabricated as shown in the Plans and shall meet the dimensional
42 tolerances listed below. Construction tolerances of cast-in-place closures for spliced
43 prestressed concrete girders shall conform to the tolerances specified for spliced
44 prestressed concrete girders. Actual acceptance or rejection will depend on how the
45 Engineer believes a defect outside these tolerances will affect the structure's strength
46 or appearance:
47
48 7. Flange Depth: wa
49 For I and Wide Flange I girders: t 1/4 inch
50 For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
51 For PCPS members: + 1/4 inch, - 1/8 inch
x
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 10
r.
1
2 10. Longitudinal Position of the Harping Point:
3 Single harping point ± 18 inches
4
5 Multiple bundled strand groups
6 First bundled strand group ±6 inches
7 Second bundled strand group ± 18 inches
8 Third bundled strand group ±30 inches
9
10 21. Differential Camber Between Girders in a Span (measured in place at the job
11 site):
12
dw 13 For I, Wide Flange I, bulb tee, and
14 spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
15 length.
16 For deck bulb tee girders: Cambers shall be equalized by
17 an approved method when the
18 differences in cambers between
19 adjacent girders or stages
20 measured at mid-span exceeds
21 1/4 inch.
22 For PCPS members: ± 1/4 inch per ten feet of member
23 length measured at midspan, but
24 not greater than± 1/2 inch total.
25 For prestressed
26 concrete tub girders: ± 1/4 inch per ten feet of member
27 length measured at midspan, but
28 not greater than± 1/2 inch total.
29
30 6-02.3(25)! Horizontal Alignment
31 The fourth paragraph is revised to read:
1w 32
33 The maximum deviation of the side of the precast prestressed slab, or the edge of the
34 roadway deck slab of the deck double tee girder or the precast prestressed ribbed
35 section, measured from a chord that extends end to end of the member, shall be ± 1/8
36 inch per 10 feet of member length, but not greater than 1/2 inch total.
37
JV 38 6-02.3(25)L Handling and Storage
39 The first and second paragraphs are revised to read:
40
41 During handling and storage, each girder shall always be kept plumb and upright, and
42 each precast prestressed member and prestressed concrete tub girder shall always be
43 kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting
44 devices (strand lift loops or high-strength threaded steel bars) at either end. For strand
45 lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the
46 loops. For high-strength threaded steel bars, the lifting hardware that connects to the
47 bars shall be designed, detailed, and furnished by the Contractor. Series W42G,
48 WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG,
49 W50BTG, W62BTG, and W74G girders up to 145 feet in length, can be picked up at a
50 minimum angle of 60 degrees from the top of the girder. All other prestressed girders
51 shall be picked up within 10 degrees of perpendicular to the top of the girder.
2004 AMENDMENTS DIVISION 6 02.AP6
aw
DECEMBER 6, 2004 Page 11
1
2 For some girders, straight temporary top flange strands may be specified in the Plans.
3 Pretensioned top temporary strands for full length prestressed concrete girders shall be
4 unbonded over all but the end 10 feet of the girder length. As an alternative for full
5 length prestressed concrete girders, temporary top strands may be post-tensioned prior
6 to shipment. When temporary top strands are specified for spliced prestressed
7 concrete girders, the temporary top strands shall be post-tensioned prior to lifting the
8 assembled girder. When the post-tensioned alternative is used, the Contractor shall be
9 responsible for properly sizing the anchorage plates, and the reinforcement adjacent to
10 the anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
11 Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N.
12
13 6-02.3(25)M Shipping
14 The third and fourth paragraphs are revised to read:
15
16 No double tee girder, deck double tee girder, precast prestressed slab or precast
17 prestressed ribbed section shall be shipped for at least three days after concrete
18 placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped
19 for at least seven days after concrete placement, except that deck bulb tee girders or 40
20 prestressed concrete tub girders may be shipped three days after concrete placement
21 when U(bd) is less than or equal to 5.0, where L equals the shipping length of the
22 girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom
23 flange width (for prestressed concrete tub girders), and d equals the girder depth, all in
24 feet. No other girder shall be shipped for at least ten days after concrete placement.
25
26 Girder support during shipping shall be located as follows unless otherwise shown in +0
27 the Plans:
28 j
29 Centerline Support Within
30 Type of Girder This Distance From Either End
31
32 Precast Prestressed Members 2 feet
33 Series W42G, WF42G, W50G and WF50G 3 feet
34 All bulb tee and
35 deck bulb tee girders, except as noted 3 feet ,
36 Series W58G, WF58G, and W62BTG 4 feet
37 Series W74G and WF74G 5 feet
38 Series W83G and W95G 8 feet
39 Series WF74PTG, W83PTG, and W95PTG segments 4 feet
40 Prestressed concrete tub girder segment 4 feet
41
42 The sixth, seventh and eighth paragraphs are revised to read: 40
43
44 If the Contractor elects to assemble spliced prestressed concrete girders into
45 components of two or more segments prior to shipment, the Contractor shall submit 10
46 shipment support location working drawings with supporting calculations to the
47 Engineer in accordance with Section 6-01.9. The calculations shall show that concrete
48 stresses in the assembled girders will not exceed those listed below. r
49
50 Lateral bracing for shipping is not required for prestressed concrete tub girders and
51 precast prestressed members. Other prestressed concrete girders of lengths equal or
52 shorter than the following will not require lateral bracing for shipping:
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 12
2 Maximum Length Not Requiring
3 Type of Girder Bracing for Shipping
4
5 Series W42G, WF42G, W32BTG, and W38BTG 80 feet
6 Series W50G and WF50G 100 feet
7 Series W58G, WF58G, W50BTG, and W62BTG 105 feet
8 All deck bulb tee girders 120 feet
9 Series W74G and WF74G 130 feet
10
11 For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG,
12 W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral
13 bending during shipping, unless the Contractor furnishes calculations in accordance
14 with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall
15 be attached securely to the top flange of the girder. The Contractor is cautioned that
16 more conservation guidelines for lateral bracing may be required for some delivery
17 routes. The Contractor shall submit a bracing plan, with supporting calculations, to the
18 Engineer for approval in accordance with Section 6-01.9. The Contractor shall not
19 begin shipping the girders until receiving the Engineer's approval of the bracing plan,
W 20 and shall perform all bracing operations at no additional cost to the Contracting Agency.
21
22 Criteria for Checking Girder Stresses
w► 23 At the Time of Lifting or Transporting and Erecting
24
25 Stresses at both support and harping points shall be satisfied based on these
■, 26 criteria:
27
28 1. Allowable compression stress,fc=0.60f'cm
29 a. f'cm = compressive strength at time of lifting or transporting verified
30 by test but shall not exceed design compressive strength (f'c) at 28
31 days in psi + 1,000 psi
32 2. Allowable tension stress, ksi
33 a. With no bonded reinforcement=3 times square root(f'cm) <_0.20 ksi
34 b. With bonded reinforcement to resist total tension force in the
35 concrete computed on the basis of an uncracked section 6.0 times
36 square root (f'cm). The allowable tensile stress in the reinforcement
37 is 30 ksi (AASHTO M-31, Gr. 60)
38 3. Prestress losses
4W 39 a. 1 day to 1 month=computed losses
40 b. 1 month to 1 year=75 percent of computed final losses
41 c. 1 year or more=computed final losses
� . 42 4. Impact on dead load
43 a. Lifting from casting beds=0 percent
44 b. Transporting and erecting=20 percent
45
46 6-02.3(25)N Prestressed Concrete Girder Erection
47 The fifth paragraph is revised to read:
48
49 The concrete in piers and crossbeams shall reach at least 80 percent of design strength
50 before girders are placed on them. The Contractor shall hoist girders only by the lifting
51 devices at the ends, always keeping the girders plumb and upright. Once erected, the
52 girders shall be braced to prevent tipping until the intermediate diaphragms are cast
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 13
ow
1 and cured. When temporary strands in the top flange are used, they shall be cut 0
2 after the girders are braced and before the intermediate diaphragms are cast.
3 The Contractor shall place the cast-in-place deck on the girders within 30 calendar days
4 of cutting the temporary strands, except as otherwise approved by the Engineer.
5
6 For situations where the Contractor proposes to delay placing the cast-in-place deck on
7 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor No
8 shall submit supporting girder camber calculations to the Engineer for approval in
9 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands
10 until receiving the Engineer's approval of the girder camber calculations. ;
11
12 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
13 This section is revised to read:
14
15 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
16 prestressed member) deflections to the Engineer for approval in accordance with
17 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to
18 field erection of the deck bulb tee girder. Deflection equalizing methods approved for
19 previous Contracting Agency contracts will be acceptable providing the bridge
20 configuration is similar and the previous method was satisfactory. A listing of the
21 previous Contracting Agency contract numbers for which the method was used shall be
22 included with the submittal. The weld-ties may be used as a component of the
23 equalizing system provided the Contractor's procedure outlines how the weld-ties are to
24 be used, and that the Contractor's submittal includes a list and description of previous
25 bridge projects where the Contractor has successfully used weld-ties as a component
26 of the equalizing system. 4
27
28 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
29 strength of 2,500 psi before any camber equalizing equipment is removed.
30
31 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
32 method before girders are weld-tied and before keyways are filled. Keyways betweenr
33 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This
34 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing
35 equipment is removed. Compressive strength shall be determined by fabricating and 40
36 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance
37 with WSDOT FOP for AASHTO T-106.
38
39 Welding ground shall be attached directly to the steel plates being welded when
40 welding the weld-ties on bulb tee girders.
41
42 No construction equipment shall be placed on the structure, other than equalizing
43 equipment, until the girders have been weld-tied and the keyway grout has attained a
44 compressive strength of 5,000 psi.
45
46 6-02.3(26) Cast-in-Place Prestressed Concrete
47 6-02.3(26)C Bearing Type Anchorages
48 Item 6 in the first paragraph is revised to read:
49
s
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 14
1 6. For transverse post-tensioning of roadway slabs, the bearing stress shall not
2 exceed 0.9f'c at P;,* of all strands (before seating) or 4,000 psi at service load
3 after all losses.
4
5 6-02.3(26)H Grouting
6 The first sentence in the sixth paragraph is revised to read:
w 7
8 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20
9 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
10 Preplaced Aggregate Concrete (Flow Cone Method).
11
12 The third sentence in the seventh paragraph is revised to read: -
13
14 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
15 accordance with WSDOT FOP for AASHTO T 23.
16
17 6-02.3(27) Concrete for Precast Units
18 This section is supplemented with the following:
19
20 Self compacting concrete (SCC) may be used for precast concrete barrier covered
21 under Section 6-10 and drainage items covered under Section 9-12. If self compacting
22 concrete has been approved for use the requirements of Section 6-02.3(4)C
23 consistency shall not apply. Self compacting concrete is concrete that is able to flow
24 under its own weight and completely fill the formwork, even in the presence of dense
25 reinforcement, without the need of any vibration, while maintaining homogeneity. When
ww 26 using SCC modified testing procedures for air content and compressive strength will be
27 used. The modification shall be that molds will be filled completely in one continuous lift
28 without any rodding, vibration, tamping or other consolidation methods other than lightly
29 taping around the exterior of the mold with a rubber mallet to allow entrapped air
30 bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test
31 results, which do not indicate segregation. As part of the plants approval for use of
32 SCC the plant fabricator shall cast one barrier, or drainage item and have that barrier or
33 drainage item sawed in half for examination by the Contracting Agency to determine
34 that segregation has not occurred.
wr
+�w
2004 AMENDMENTS DIVISION 6 02.AP6
DECEMBER 6, 2004 Page 15
1 SECTION 6-03, STEEL STRUCTURES
12 December 6, 2004
3 6-03.3(14) Edge Finishing
4 The first and second paragraphs are revised to read:
5
6 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners
7 and projections. Comers along exposed edges shall be rounded to a minimum radius
8 of 1/16 inch.
+w+ 9
0 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or
1 thermal cut to a depth of at least 1/8 inch.
V 12
13 6-03.3(33) Bolted Connections
14 Table 4 and the paragraph beneath it are revised to read:
15
Table 4
Turn-of-Nut Tightening Method
Nut Rotational from Snug-right Condition
Bolt Disposition of Outer Faces of Bolted Parts
Length
P
Condition Condition 2 Condition 3
1
L<=4D 1/3 turn 1/2 turn 2/3 turn
4D < L<= 1/2 turn 2/3 turn 5/6 turn
8D
8D< L<= 2/3 turn 5/6 turn 1 turn
12D
sir 16
17 Bolt length measured from underside of head to top of nut.
18
, . 19 6-03.3(39) Swinging the Span
20 The second paragraph is revised to read:
21
22 After the falsework is released (spans swung free) the masonry plates, shoes, and
23 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the
24 Contractor is specified as responsible for surveying, the Contractor shall) measure
25 elevations at the tenth points along the tops of girders and floorbeams.
26
27 The Engineer will compare steel mass camber elevations with the elevations measured
28 above, and will furnish the Contractor with new dead-load camber dimensions.
2004 AMENDMENTS DIVISION 6 03.AP6
DECEMBER 6, 2004 Page 1
00 1 SECTION 6-05, PILING
2 December 6, 2004
40 3 6-05.3(9)A Pile Driving Equipment Approval
4 The first sentence of the second paragraph is revised to read:
5
'W 6 The Contractor shall submit a wave equation analysis for all pile driving systems used
7 to drive piling with required ultimate bearing capacities of greater than 300 tons.
8
9 Under the second paragraph the default values and definition for "Rult" are revised as
10 follows:
11
12 R„n is the resistance of the pile used in the wave equation analyses. If the ultimate
13 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be
14 used in the wave equation analysis to account for pile setup. To use a setup factor in
15 the wave equation analysis, Rult in the analysis is the ultimate bearing capacity divided
16 by 1.3. If the maximum driving resistance exceeds the ultimate bearing capacity, no
17 setup factor should be used, and Rult is equal to the maximum driving resistance of the
,► 18 pile.
�r
.w
2004 AMENDMENTS DIVISION 6 05.AP6
DECEMBER 6, 2004 Page 1
1 SECTION 8-049 CURBS, GUTTERS, AND SPILLWAYS
2 December 6, 2004
• 3 8-04.3(1)A Extruded Cement Concrete Curb
4 The second and third paragraphs are revised to read:
5
6 The pavement shall be dry and cleaned of loose and deleterious material prior to curb
7 placement. Cement concrete curbs shall be anchored to the existing pavement by
8 placing steel tie bars 1 foot on each side of every joint.
9
10 Tie bars shall meet the dimensions shown in the Standard Plans.
11
12 Joints in the curb shall be spaced at 10-foot intervals. Joints shall be cut vertically and
ow 13 to the depth shown in the Standard Plans.
err
aw
+r
1W
2004 AMENDMENTS DIVISION 8 04.AP8
DECEMBER 6, 2004 Page 1
No
1 SECTION 8-22, PAVEMENT MARKING
12 December 6, 2004
*� 3 8-22.3(2) Preparation of Roadway Surfaces
4 This section is revised to read:
5
.�. 6 For the application of paint the pavement surface temperature and ambient temperature
7 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
8 of contaminants such as surface oils. Portland cement concrete pavement shall have a
9 minimum compressive strength of 2500 psi and shall be dry, clean and free of
10 contaminants. Contaminants shall be removed by approved mechanical means.
11
.. 12 For the application of plastic pavement marking material surface temperature and
13 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
14 be dry, clean, and free of contaminants such as surface oils and existing pavement
15 marking materials. Portland cement concrete pavement shall also be free of
16 contaminants including curing agents. Contaminants shall be removed by approved
17 mechanical means.
18
19 Pavement surfaces shall be prepared for plastic marking application in accordance with
20 the previous paragraph and the pavement marking material manufacturer's
21 recommendations. Manufacturers of Type D material also require a pavement cure
22 period prior to application. Typically, Type D material applied on hot mix asphalt
23 pavement requires a pavement cure period of 21 days. Typically, Type D material
24 applied on portland cement concrete pavement requires a pavement cure period of 28
wR 25 days. These cure periods may be reduced if the manufacturer performs a successful
26 bond test.
27
28 Existing pavement marking material shall be removed, measured, and paid for in
29 accordance with the provisions in this section of the Standard Specifications.
30
31 8-22.3(3) Marking Application
32 The first paragraph is revised to read:
33
34 Lane line and right edge line shall be white in color. Center line and left edge line shall
35 be yellow in color. All temporary pavement markings shall be retroreflective. Paint and
36 sprayed or extruded plastic material shall be applied with a top dressing of glass
37 breads. Two applications of paint will be required to complete all paint markings. The
38 time period between paint applications will vary depending on the type of pavement and
39 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
40
41 Pavement Type Paint Type Time Period
42 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48
43 hours max.
wr 44 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
45 days max.
46 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
47 days max.
48 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
49 hrs. max.
M, 50 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
w.
2004 AMENDMENTS DIVISION 8 22.AP8
DECEMBER 6, 2004 Page 1
1 days max.
2 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
3 days max.
4 n
5 The ninth and tenth paragraphs are revised to read:
6
7 Profiles are defined as that portion of the plastic line that is applied at a greater +
8 thickness than the base line thickness. Profiles shall be applied using the extruded
9 method in the same application as the base line. See the Standard Plans for details.
10
11 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
12 Embossed plastic lines may be applied with profiles. See the Standard Plans for
13 details.
14 so
15 The last paragraph is revised to read:
16
17 When two or more spray applications are required to meet thickness requirements for
18 Type A and Type D materials, top dressing with glass beads is only allowed on the last
19 application. Any loose beads, dirt or other debris shall be swept or blown off the line
20 prior to application of each successive application. Successive applications shall be
21 applied squarely on top of the preceding application.
22 ;
23 8-22.4 Measurement ea
24 The seventh paragraph is revised to read:
25
26 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad '
127 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
28 1/2 markers will be measured per each. Type 1 through 6 traffic arrows will be
29 measured as one unit each, regardless of the number of arrow heads. +4
30
31 The ninth paragraph is revised to read:
32
33 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 46
34 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
35 surveillance full and 1/2 markers will be measured per each. Removal of crosswalk
36 lines will be measured by the square foot of lines removed.
2004 AMENDMENTS DIVISION 8 22,AP8
DECEMBER 6, 2004 Page 2
.. 1 SECTION 9-01, PORTLAND CEMENT
2 December 6, 2004
.. 3 9-01.2(1) Portland Cement
4 This section is revised to read:
5
6 Portland cement shall conform to the requirements for Types I, II, or III cement of the
7 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
8 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20
,,. 9 plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not
10 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
11 amount of processing additions used shall not exceed 1% of the weight of portland
12 cement clinker. The type and amount of processing additions used shall be shown on
13 mill test reports.
14
15 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
�" 16 ASTM C 191.
17
18 9-01.2(4) Blended Hydraulic Cement
19 This section is revised to read:
20
21 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I
22 (PM) (MS) cement conforming to AASHTO M 240 and meet the following additional
23 requirements:
24
25 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
26
27 This product shall be limited to Portland Cement and Pozzolan. Pozzolan
28 shall be limited to fly ash or ground granulated blast furnace slag. Fly ash is
29 limited between 15 percent and 35 percent by weight of the cementitious
30 material. Ground granulated blast furnace slag is limited between 15 percent
or 31 and 25 percent by weight of the cementitious material.
32
33 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
34 resistance.
w. 35
36 This product shall be limited to Portland Cement and ground granulated blast
37 furnace slag. The addition of ground granulated blast furnace slag shall be
38 limited to a maximum of 25 percent by weight of the cementitious material.
39
40 3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
41 resistance.
42
43 The product shall be limited to Portland Cement and pozzolan. The pozzolan
•■► 44 shall be limited to fly ash or ground granulated blast furnace slag at a
45 maximum of 15 percent by weight of the cementitious material.
46
W 47 The source and weight of the fly ash or ground granulated blast furnace slag shall be
48 certified on the cement mill test certificate and shall be reported as a percent by weight
49 of the total cementitious material. The fly ash or ground granulated blast furnace slag
ww .
2004 AMENDMENTS DIVISION 9 01.AP9
DECEMBER 6, 2004 Page 1
1 constituent content in the finished cement will not vary morethan plus or minus 5 46
2 percent by weight of the finished cement from the certified value.
3
4 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
5
6 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
7 these Standard Specifications.
ar
at
2004 AMENDMENTS DIVISION 9 01.AP9
DECEMBER 6, 2004 page 2
I SECTION 9-03, AGGREGATES
I 2 December 6, 2004
3 9-03.12(4) Gravel Backfill for Drains
4 The percent Passing for Sieve size 3/8"square is revised from "10 - 40" to "0-40".
5
I6 9-03.12(5) Gravel Backfill for Drywells
7 The percent passing for sieve size 1" square is revised to "50-100".
8
40 9 9-03.14 Borrow
10 This section is supplemented with the following:
11
*• 12 9-03.14(1) Gravel Borrow
13 Ballast may be substituted for gravel borrow for embankment construction.
14
w. 15 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
16 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
17 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free
18 from organic or otherwise deleterious material. The material shall be substantially free
19 of shale or other soft, poor durability particles, and shall not contain recycled materials,
20 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete
21 rubble. The backfill material shall meet the following requirements:
22
23 Property Test Method Allowable Test Value
24 Los Angeles Wear,
25 500 rev. AASHTO T 96 35 percent max.
26 Degradation WSDOT Test Method 113 15 min.
27 pH AASHTO T 289-91 **
28
29 ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
30
31 Wall backfill material satisfying these gradation, durability and chemical requirements
32 shall be classified as nonaggressive.
33
+� 34 9-03.21(2) Recycled Hot Mix Asphalt
35 The Maximum Bitumen Content (Percent)for Gravel Borrow is revised from "0" to 01.2m.
low
•
2004 AMENDMENTS DIVISION 9 03.AP9
DECEMBER 6, 2004 Page 1
for
VW 1 SECTION 9-079 REINFORCING STEEL
2 December 6, 2004
wo 3 9-07.3 Epoxy Coated Steel Reinforcing Bars
4 This section is revised to read:
5
Im 6 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
7 following modifications:
8
«• 9 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A
10 706.
11
.w 12 2. The Contractor shall furnish a written certification that properly identifies the
13 material, the number of each batch of coating material used, quantity
14 represented, date of manufacture, name and address of manufacturer, and a
,w, 15 statement that the supplied coating material meets the requirements of
16 AASHTO M 284.
17
18 3. Prior to coating the bars, the Contractor shall submit to the Engineer for
19 review, the coating material manufacturer's recommendation on the proper
20 use and application requirements of the coating material. For Pre Approved
21 Epoxy Coating Facilities this information will be available to the Fabrication
22 Inspector upon request.
23
24 4. A certification stating that all bars have been coated in accordance with the
25 coating material manufacturer's recommendations and these Specifications
26 shall be furnished with each shipment. This certification shall include for each
27 bar size the preheat temperatures, cure times, thickness checks, holidays
28 detected, and test results. Two copies of these certifications shall be furnished
29 to the Engineer.
30
w 31 5. The Contractor shall give advance notice to the Engineer of the coating
32 schedule in the coating plant so that Contracting Agency inspection may be
33 provided. The Engineer may inspect the coated bars at the coating plant for
34 approval.
35
36 6. The patching material, compatible with the coating material and inert in
37 concrete, shall be supplied with each shipment.
too 38
39 7. For projects where epoxy coated steel reinforcing bars are used in the top mat
40 of bridge decks only, the maximum amount of damage to the coating shall not
41 exceed 0.25 percent of the surface area of each bar.
42
43 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
•• 44
45 9. Samples, when required, shall be shipped to the Washington State
46 Department of -Transportation, Materials Laboratory, 1655 South 2nd Ave,
�.. 47 Tumwater, Washington 98504.
ow
vim
2004 AMENDMENTS DIVISION 9 07.AP9
DECEMBER 6, 2004 Page 1
1W
.or 1 SECTION 9-17, FLEXIBLE GUIDE POSTS
t 2 December 6, 2004
3 9-17.1 General
4 The first paragraph is revised to read:
5
6 Flexible guide posts shall be made of a flexible, nonwarping, nonmetallic, durable
7 plastic material; shall be resistant to damage due to impact, ultraviolet light, ozone,
8 hydrocarbons, and other effects of atmospheric weathering; shall resist stiffening with
ow 9 age; and shall exhibit good workmanship and be free of burns, discoloration,
10 contamination and other objectionable marks or defects that affect appearance or
11 serviceability. The portion of ground mounted guide post Installed below ground may
++� 12 be the same material as the portion above ground or other durable material suitable for
13 firmly anchoring the post in the ground. When iron or steel are used for the in ground
14 portion, galvanize in accordance with AASHTO M 111. The top of tubular posts shall
,. 15 be closed to prevent moisture or debris from entering. Surface mounted guide posts
16 shall be mounted on a base made of a rigid high impact resistant material and be
17 resistant to ultraviolet light, ozone, and hydrocarbons. The post shall mount directly into
18 or onto the base in a tamper proof manor and shall allow for easy replacement.
19 Guardrail mounted guide posts shall be the same as ground mounted guide posts
20 except the length shall be adjusted to meet the mounting height requirements in the
21 Standard Plans. Appropriate holes shall be provided for fastening the guide post to the
22 guard rail post.
23
24 The second sentence in the second paragraph is revised to read:
25
26 If analysis by the Materials Laboratory determines there is a change in material
27 composition, such change shall constitute grounds for rejection and/or removal from the
28 Qualified Products List.
29
30 The second sentence in the fifth paragraph is deleted.
+• 31
32 Section 9-17.1 is supplemented with the following new sub-sections:
33
... 34 9-17.1(1) Dimensions
35 1. Flat Type — The post has a minimum width of 3 inches of continuous flat surface
36 with no curvature for the entire length of,the post. This will allow for ridges on the
37 outer edges and back of post intended for structural support.
38
39 2. Tubular Type — The post is tubular or round/circular in shape. This allows for a
40 tubular post with a minimum diameter of 3 inches or a tubular post with a minimum
41 diameter of 2 inches with a flat or flattened oval surface at least 3 inches wide and
42 12 inches long measured from the top for mounting reflective sheeting.
43
44 3. Non-flat and Non-tubular Type — This includes all post that do not fit into the two
45 types indicated above. This would include convex, w-shape, oval, and other post
46 designs. The post shall be wide enough to accept a 3 inch wide reflective
47 sheeting. Any curvature or rounding shall not significantly reduce the brightness
48 value of the reflective sheeting.
49
ap
taw
2004 AMENDMENTS DIVISION 9 17.AP9
MW
DECEMBER 6, 2004 Page 1
1 4. Surface Mount Guide Post Base—The base for surface mount guide posts shall be 0
2 approximately 8 inches in diameter with a maximum height of 2 inches.
3
4 5. Guide posts shall be of such length to provide the required mounting height above
5 the pavement surface in accordance with the Standard Plans.
6
7 9-17.1(2) Reflective Sheeting ,,,
8 Reflective sheeting for guide posts shall be Type III, IV, V, or VII conforming to Section
9 9-28.12. The reflective panel on a flat or elliptical guidepost shall have a minimum
10 width of 3 inches facing traffic. The reflective sheeting shall have a minimum area of 24
11 square inches (3 inches by 8 inches). The reflective panel on a round guidepost shall
12 have an 8-inch minimum band of reflective sheeting visible for 360 degrees. Mount the
13 reflective sheeting on the guide post as detailed in the Standard Plans. Sheeting shall
14 remain in place during the life of the post.
15
16 9-17.2 Laboratory Tests
17 This section including title is revised to read:
18
19 9-17.2 Ultraviolet Resistance Test Procedure (Laboratory Test)
20 Two posts will be tested initially for tensile strength and elongation according to ASTM
21 D-638 and again after 1,000 hours QUV weatherometer exposure (ASTM G53).
22
23 Six bow tie specimens shall be prepared from the delineator post samples submitted for
24 the purpose of ultraviolet (UV) exposure. The specimens shall be cycled at 1,000 hours
25 in a weatherometer in accordance with ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON).
26 Three of each type shall be used for control purposes. The remaining three shall be
27 subjected to 1000 hours of UV exposure in the QUV weatherometer. Specimen
28 dimensions conform to those outlined below.
29
30 The laboratory test data shall summarize the tensile strength of each, and the average
31 tensile strength for both control and weathered samples. The data shall also
32 summarize the elongation of each, and the average elongation for both control and rr
33 weathered samples. The average values shall be used to show the percent change in
34 tensile and elongation.
35
36 Section 9-17.2 is supplemented with the following new sub-section:
37
38 9-17.2 (1) Acceptance
39 The specimens shall show no signs of delamination, distress, or discoloration. Physical
40 properties of tensile strength and rigidity shall be maintained within 80 percent of the
41 unconditioned values.
42 46
43 9.17.3 Field Tests
44 This section including title is`revised to read:
45
46 9-17.3 Field Impact Test Procedure
47 Sample size of eight units will be tested the following way:
48
49 Flexible Ground Mounted Posts
50 Eight flexible ground mounted posts installed by the manufacturer (four installed
51 manually and four installed mechanically). The delineators will be hit ten times
2004 AMENDMENTS DIVISION 9 17.AP9
DECEMBER 6, 2004 Page 2
1 (four posts for glancing bumper hits and four posts for wheel hits). A standard
2 sedan with a bumper height of approximately 18"while traveling at a speed of 55 t
3 2 mph will be used for impact testing. Five of the impacts will be at an ambient
4 temperature of 32 t 5°F and the remaining five impacts at an ambient temperature
5 of 85 ±_50F. The test vehicle shall impact four of the posts at an angle
6 perpendicular to the front of the post and shall impact the remaining posts at an
.. 7 angle of 250 clockwise from the angle perpendicular to the front of the posts. The
8 same test samples will be used for the ten hits. Two flexible posts will be used for
9 weatherometer testing. A glancing hit is defined as one on the bumper near the
aw 10 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
11 to being hit.
12
13 Flexible Surface Mounted Posts
14 Eight flexible surface mounted posts installed by the manufacturer will be hit ten
15 times (four posts for glancing bumper hits and four posts for wheel hits). A
16 standard sedan with a bumper height of approximately 18" while traveling at a
17 speed of 55 t 2 mph will be used for impact testing. Five of the impacts will be at
18 an ambient temperature of 32 t 5°F and the remaining five impacts at an ambient
19 temperature of 85 t 5°F. The test vehicle shall impact four of the posts at an angle
20 perpendicular to the front of the post and shall impact the remaining posts at an
21 angle of 250 clockwise from the angle perpendicular to the front of the posts. The
22 same test samples will be used for the ten hits. Two flexible posts will be used for
*W 23 weatherometer testing. A glancing hit is defined as one on the bumper near the
24 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
25 to being hit.
I' 26
27 Section 9-17.3 is supplemented with the following new sub-sections:
28
•• 29 9-17.3 (1) Test Observations
30 Inspect each post after each impact and document the following:
31
to 32 1. Any splits, cracks, breaks or other forms of deformation or distress;
33
34 2. The percent list to vertical two minutes after each impact;
35
36 3. The approximate percentage of the reflective area that is damaged after each
37 impact to an extent it no longer performs as intended;
38
No 39 4. Any problems or comments associated with the installation and removal of the
40 posts and bases. The testing agent will document any special equipment or
41 techniques required for installing or removing the posts and bases.
42
43 5. Any problems or comments associated with the performance of each ground
44 mounted flexible delineator post that would be of interest to the states;
w. 45
46 6. Type of soil and impact surface.
47
r- 48 9-17.3 (2) Acceptance
49 A failure is defined as any of the following:
50
2004 AMENDMENTS DIVISION 9 17.AP9
DECEMBER 6, 2004 Page 3
1 1. A minimum of 50 percent of the reflective sheeting shall be retained
2 undamaged. An area of damage greater than 50 percent is considered a
3 failure.
4
5 2. If the guide post leans more than 10 degrees from vertical it is considered a
6 failure.
7
8 3. Any cracking, other than surface cracking evident on only one face of the post,
9 is considered a failure.
10
11 4. Pullout in excess of 3 inches is considered a failure.
12
13 At least six of the guide posts must pass each criteria in the 55 + 2 miles per hour
14 series of impacts to be acceptable.
-f
2004 AMENDMENTS DIVISION 9 17.AP9
DECEMBER 6, 2004 Page 4
1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
2 December 6, 2004
3 This section is supplemented with the following new sub-section:
4
5 9-23.10 Ground Granulated Blast Furnace Slag
6 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
7 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the
8 source, and type of manufacturing facility shall be certified on the cement mill test
+� 9 certificate.
w.
4W
«w
4»
aw
00
1W
2004 AMENDMENTS DIVISION 9 23.AP9
DECEMBER 6, 2004 Page 1
1W
r.-'_
,`
1 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
r 2 December 6, 2004
` 3 9-28.1 General
4 The third sentence in the first paragraph is deleted.
5
6 9-28.6 Destination Sign Messages
7 The second paragraph is deleted.
8
4W 9 9-28.8 Sheet Aluminum Signs
10 The sheet thickness chart is revised to read:
11
WN 12 Maximum Horizontal Dimension Sheet Aluminum Thickness
13 Overlay panels 0.050 inch
14 Up to 20 inches 0.063 inch
ON 15 20 inches to 36 inches, inclusive 0.080 inch
16 Over 36 inches (Permanent Signs) 0.125 inch
17
00 18 The fourth paragraph is revised to read:
19
20 Before placing aluminum in contact with untreated steel, the steel surfaces shall be
1W 21 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
22 99 and two coats of aluminum paint D-1-57.
23
24 9-28.10 Plywood Signs
25 This section is deleted.
26
27 9-28.11 Hardware
28 The entry for hardware item "Angle and"Z" Bar" in the table in this section is revised to read:
29
30 Angle and'7 Bar ASTM B 221 6061-T6 Aluminum
31 ASTM A 36 or ASTM A 992 Steel
32
33 9-28.14(2) Steel Structures and Posts
34 This section is revised to read:
35
36 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
"■' 37 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
38 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall
39 thickness shall be as shown in the Plans or Standard Plans. All other structural steel
Y• 40 for sign bridge structures and cantilever sign structures shall conform to either ASTM A
41 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9-
42 06.5(3).
.., 43
44 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
45 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
46 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
47 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
48 Section 9-28.11, and shall be fabricated hot.
49
w.
2004 AMENDMENTS DIVISION 9 28.AP9
DECEMBER 6, 2004 Page 1
1 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
2 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
3 and washers for sign bridge and cantilever sign structure foundations shall conform to
4 AASHTO M 291 Grade DH and AASHTO M 293, respectively.
5
6 Steel sign structures and posts shall be galvanized after fabrication in accordance with
7 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall + ►
8 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
9 specified in the Plans or Special Provisions, metal surfaces shall not be painted.
10
11 Except as otherwise noted, steel used for sign structures and posts shall have a
12 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
13 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
14 controlled silicon content requirement does not apply for those steel members. Mill test
15 certificates verifying the silicon content of the steel shall be submitted to both the
16 galvanizer and the Engineer prior to beginning galvanizing operations.
17
18 Minor fabricating and modifications necessary for galvanizing will be allowed if not
19 detrimental to the end product as determined by the Engineer. If such modifications are
20 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
21 the proposed modifications, prior to fabrication.
t
f
2004 AMENDMENTS DIVISION 9 28.AP9
DECEMBER 6, 2004 Page 2
1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
2 December 6, 2004
3 Temporary traffic control materials in this section consist of various traffic communication,
4 channelization and protection items described in Section 1-10 and listed below:
5
6 Stop/Slow Paddles
7 Constructidn Signs
8 Wood Sign Posts
9 Sequential Arrow Signs
10 Portable Changeable Message Signs
11 Barricades
ow 12 Traffic Safety Drums
13 Barrier Drums
14 Traffic Cones
to 15 Tubular Markers
16 Warning Lights and Flashers
17 Truck-Mounted Attenuator
18
ap 19 The basis for acceptance of temporary traffic control devices and materials shall be visual
20 inspection by the Engineer's representative. No sampling or testing will be done except that
21 deemed necessary to support the visual inspection. Requests for Approval of Material and
wo 22 Qualified Products List submittals are not required. Certification for crashworthiness
23 according to NCHRP 350 will be required as described in Section 1-10.2(3).
24
"r 125 "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the
26 Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
27 conflicts between the MUTCD and the contract provisions, then the provisions shall govern.
a w 28
29 9-35.1 Stop/Slow Paddles
30 Paddles shall conform to the requirements of the MUTCD, except that the minimum width
31 shall be 24 inches.
32
33 9-35.2 Construction Signs
,,.. 34 Construction signs shall conform to the requirements of the MUTCD and shall meet the
35 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
36 sign/sign stand combination that satisfies these requirements will be acceptable.
37
38 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
39 0.080 inches and a maximum thickness of 0.125 inches.
40
41 All orange background signs shall be fabricated with Type X reflective sheeting. All post-
42 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
43 (screw heads, bolts or nuts) and the reflective sheeting.
44
45 Soft, fabric, roll-up signs will not be acceptable. Any fabric sign which otherwise meets the
46 requirements of this section and was purchased prior to July 1, 2004, may be utilized until
47 December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI
48 reflective sheeting.
49
aw
2004 AMENDMENTS DIVISION 9 35.AP9
DECEMBER 6, 2004 Page 1
VA
1 9-35.3 Wood Sign Posts
2 Use the charts below to determine post size for construction signs.
3
4 One Post Installation
5
6 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. ft
7 4x4 - 16.0
8 4x6 17.0 20.0
9 6x6 21.0 25.0
10 6x8 26.0 31.0
11
12 Two Post Installation
13 r
14 (For signs 5 feet or greater in width)
15
16 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
17 44 - 16.0
18 4x6 17.0 36.0
19 6x6 37.0 46.0
20 6x8 47.0 75.0
21
22 *The Engineer shall determine post size for signs greater than 75 square feet.
23
24 Sign posts shall conform to the grades and usage listed below. Grades shall be
25 determined by the current standards of the West Coast Lumber Inspection Bureau
26 (WCLIB) or the Western Wood Products Association (WWPA).
27
28 4 x 4 Construction grade (Light Framing,
29 Section 122-b WCLIB) or(Section
30 40.11 WWPA)
31 4 x 6 No. 1 and better, grade (Structural
32 Joists and Planks, Section 123-b
33 WCLIB) or(Section 62.11 WWPA)
34 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
35 Timbers, Section 131-b WCLIB) or to
36 (Section 80.11 WWPA)
37 6 x 10, 6 x 12 No. 1 and better, grade (Beams and
38 Stringers, Section 130-b WCLIB) or
39 (Section 70.11 WWPA)
40
41 9-35.4 Sequential Arrow Signs
42 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
43 following:
44
45 Sequential arrow signs furnished for stationary lane closures on this project shall be
46 Type C.
47 The color of the light emitted shall be yellow.
48 The dimming feature shall be automatic, reacting to changes in light without a
49 requirement for manual adjustment.
50
2004 AMENDMENTS DIVISION 9 35.AP9
DECEMBER 6, 2004 Page 2
1 9-35.5 Portable Changeable Message Signs
2 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
3 and the following:
4
5 The PCMS shall employ one of the following technologies:
6
a. 7 1. Fiber optic/shutter
8 2. Light emitting diode
9 3. Light emitting diode/shutter
40 10 4. Flip disk
11
12 Regardless of the technology, the PCMS shall meet the following general requirements:
„,N 13
14 0 Be light emitting and must not rely solely on reflected light. The emitted light shall
15 be generated using fiber optic or LED technology.
VW
16
17 • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
18 by 2 1/2 inch. If the display is composed of individual character modules, the
19 space between modules must be minimized so alphanumeric characters of any
"�` 20 size specified below can be displayed at any location within the matrix.
21
22 • When activated, the pixels shall display a yellow or orange image. When not
"W 23 activated, the pixels shall display a flat black image that matches the background
24 of the sign face.
25
wo 26 • Be capable of displaying alphanumeric characters that are a minimum of 18 inches
27 in height. The width of alphanumeric characters shall be appropriate for the font.
28 The PCMS shall be capable of displaying three lines of eight characters per line
wr 29 with a minimum of one pixel separation between each line.
30
31 0 The PCMS message, using 18-inch characters, shall be legible by a person with
.• 32 20/20 corrected vision from a distance of not less than 800 feet centered on an
33 axis perpendicular to the sign face.
34
,. 35 0 The sign display shall be covered by a stable, impact resistant polycarbonate face.
36 The sign face shall be non-glare from all angles and shall not degrade due to
37 exposure to ultraviolet light.
38
39 0 Be capable of simultaneously activating all pixels for the purpose of pixel
40 diagnostics. Any sign that employs flip disk or shutter technology shall be
41 programmable to activate the disks/shutters once a day to clean the electrical
42 components. This feature shall not occur when the sign is displaying an active
43 message.
44
45 • The light source shall be energized only when the sign is displaying an active
46 message.
47
48 The PCMS panels and related equipment shall be permanently mounted on a trailer with all
49 controls and power generating equipment.
50
51 The PCMS shall be operated by a controller that provides the following functions:
2004 AMENDMENTS DIVISION 9 35.AP9
DECEMBER 6, 2004 Page 3
r..
1 �
2 1. Select any preprogrammed message by entering a code.
3 2. Sequence the display of at least five messages.
4 3. Blank the sign.
5 4. Program a new message, which may include animated arrows and chevrons.
6 5. Mirror the message currently being displayed or programmed.
7 ar
8 9-35.6 Barricades
9 Barricades shall conform to the requirements of the MUTCD supplemented by the further
10 requirements of Standard Plan H-2. I
11
12 9-35.7 Traffic Safety Drums
13 Traffic safety drums shall conform to the requirements of the MUTCD and the following: + `
14
15 The drums shall have the following additional physical characteristics:
16
17 Material Fabricated from low-density polyethylene that meets the
18 requirements of ASTM D 4976 and is UV stabilized.
19
20 Overall Width 18-inch minimum in the direction(s)of traffic flow.
21
22 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular.
23
24 Color The base color of the drum shall be fade resistant safety
25 orange.
26
27 The traffic safety drums shall be designed to accommodate at least one portable light unit.
28 The method of attachment shall ensure that the light does not separate from the drum upon
29 impact.
30
31 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as
32 described in Section 1-10.2(3).
33
34 When recommended by the manufacturer, drums shall be treated to ensure proper
35 adhesion of the reflective sheeting.
36
37 9-35.8 Barrier Drums
38 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
39 purposes to straddle a concrete barrier and shall be fabricated from low-density
40 polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized.
41
42 The barrier drums shall meet the following general specifications:
43
44 Total height 22 in., ± 1 in.
45 Cross-section hollow oval
46 10 in. X 14 in., ± 1 in.
47 Formed support legs length 13 in., ± 1 in.
48 Space between legs 61/4 in. min.
49 (taper to fit conc. barrier)
50 Weight 33 lb. ±4 lb.
51 with legs filled with sand. !
2004 AMENDMENTS DIVISION 9 35.AP9
DECEMBER 6, 2004 Page 4
1 Color Fade resistant safety orange.
2
3 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial).
4 Stripes shall be fabricated from Type III or Type IV reflective sheeting.
5
6 When recommended by the manufacturer, barrier drums shall be treated to ensure proper
�.. 7 adhesion of the reflective sheeting.
8
9 9-35.9 Traffic Cones
10 Cones shall conform to the requirements of the MUTCD, except that the minimum height
11 shall be 28 inches.
12
VW 13 9-35.10 Tubular Markers
14 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
15 height shall be 28 inches.
.r 16
17 Pavement-mounted tubular markers shall consist of a surface-mounted assembly which
18 uses a separate base with a detachable tubular marker held in place by means of a locking
19 device.
20
21 9-35.11 Warning Lights and Flashers
22 Warning lights and flashers shall conform to the requirements of the MUTCD.
23
24 9-35.12 Truck-Mounted Aftenuator
25 The Truck-Mounted Aftenuator (TMA) shall be selected from the approved units listed on the
26 Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
27 15,000 pounds and a maximum weight in accordance with the manufacturer's
1 00 28 recommendations. Ballast used to obtain the minimum weight requirement, or any other
29 object that is placed on the vehicle shall be securely anchored such that it will be retained on
30 the vehicle during an impact. The Contractor shall provide certification that the unit
31 complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply
w 32 with NCHRP 350 requirements.
33
34 The TMA shall have an adjustable height so that it can be placed at the correct elevation
35 during usage and to a safe height for transporting. If needed, the Contractor shall install
36 additional lights to provide fully visible brake lights at all times.
37
38 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
39 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective
40 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the
MW
41 unit.
r
%W
2004 AMENDMENTS DIVISION 9 35.AP9
DECEMBER 6, 2004 Page 5
law
V. CONTRACT SPECIFICATIONS CITY OF RENTON
�w
APPENDIX A
HOURLY MINIMUM WAGE RATES
Lake Washington Boulevard Slip Plane
ow State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
.. Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
ir1111 description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
■o Effective 09-01-04
*******.*******,►***************r****,►********«,e***,►*w*,r**,r*,r****,►,►****,rw**,e*****w,►***,r,r,r,r,.*****,r,►*,e,r*,►*,r***w,►,►*w*
(See Benefit Code Key)
Over
ors PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 IN 5D
ar BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $39.87 1M SA
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D
�r CARPENTER $38.95 1M 5D
CREOSOTED MATERIAL $39.05 1M 5D
DRYWALL APPLICATOR $39.63 1M 5D
FLOOR FINISHER $39.08 1M 5D
y FLOOR LAYER $39.08 1M 5D
FLOOR SANDER $39.08 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D
SAWFILER $39.08 1M 5D
SHINGLER $39.08 1M 5D
STATIONARY POWER SAW OPERATOR $39.08 1M 5D
STATIONARY WOODWORKING TOOLS $39.08 1M 5D
CEMENT MASONS
JOURNEY LEVEL $42.01 1M 5D
DIVERS 8 TENDERS
DIVER $80.62 1M 5D 8A
DIVER TENDER $41.72 1M 5D
wr DREDGE WORKERS
ASSISTANT ENGINEER $39.52 1B 5D 8L
ASSISTANT MATE(DECKHAND) $38.76 1B 5D 8L
BOATMEN $39.52 1B 5D 8L
ENGINEER WELDER $39.57 1B 5D 8L
LEVERMAN,HYDRAULIC $41.04 1B 5D 8L
MAINTENANCE $38.76 1B 5D 8L
MATES $39.52 1B 5D 8L
r OILER $39.16 1B 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $39.44 11.1 5B
ELECTRICIANS-INSIDE
CABLE SPLICER $49.51 1D 6H
CABLE SPLICER(TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 1D 6H
CERTIFIED WELDER(TUNNEL) $51.41 1D 6H
CONSTRUCTION STOCK PERSON $24.33 1D 6H
JOURNEY LEVEL $46.06 1D 6H
JOURNEY LEVEL(TUNNEL) $49.51 1D 6H
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $49.54 4A 5A
rrr CERTIFIED LINE WELDER $45.15 4A 5A
GROUNDPERSON $32.63 4A 5A
HEAD GROUNDPERSON $34.43 4A 5A
+� Page 1
KING COUNTY
Effective 09-01-04
(See Benefit Code Key)
w. Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
wr HEAVY LINE EQUIPMENT OPERATOR $45.15 4A 5A
JACKHAMMER OPERATOR $34.43 4A 5A
JOURNEY LEVEL LINEPERSON $45.15 4A 5A
LINE EQUIPMENT OPERATOR $38.37 4A 5A
on POLE SPRAYER $45.15 4A 5A
POWDERPERSON $34.43 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
ow MECHANIC $49.28 4A 6Q
MECHANIC IN CHARGE $54.18 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $18.71 1
"'w► FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $27.93 1N 5D
GLAZIERS
No JOURNEY LEVEL $39.96 2E 5G
HEAT 8 FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 IF 5E
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.09 IN 5D
wr INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
�+ ENGINEER/DECKHAND $31.66 1K 56
MATE,LAUNCH OPERATOR $33.24 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $38.95 1M 5D
,w IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RAKER $33.09 IN 5D
BALLAST REGULATOR MACHINE $32.61 IN 5D
or BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
BURNERS $32.61 IN 5D
No CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
CEMENT FINISHER TENDER $32.61 IN 5D
No CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D
CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D
CHOKER SETTER $32.61 IN 5D
aw CHUCK TENDER $32.61 1 N 5D
CLEAN-UP LABORER $32.61 1 N 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D
CONCRETE FORM STRIPPER $32.61 IN 5D
rr CONCRETE SAW OPERATOR $33.09 1 N 5D
CRUSHER FEEDER $27.93 IN 5D
CURING LABORER $32.61 IN 5D
DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED $32.61 IN 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1 N 5D
Page 2
..
KING COUNTY
�. Effective 09-01-04
****,r***,r,r***,r*****,r*,r,►*****w****,er*****,r,r*,r,rrrr,r,r**,r***,r***,r**,r*,►***,r*r,►,r**,r***,r*,►,r,e**,r*,r*****,r*********,r*****,r,r*
(See Benefit Code Key)
ow Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
No DRILL OPERATOR,AIRTRAC $33.45 IN 5D
DUMPMAN $32.61 IN 5D
EPDXY TECHNICIAN $32.61 IN 5D
EROSION CONTROL WORKER $32.61 1N 5D
as FALLER/BUCKER,CHAIN SAW $33.09 1N 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D
construction debris cleanup)
FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 IN 5D
0111110 FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 IN 5D
GENERAL LABORER $32.61 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D
QW GRINDERS $32.61 1N 5D
GROUT MACHINE TENDER $32.61 IN 5D
GUARDRAIL ERECTOR $32.61 IN 5D
HAZARDOUS WASTE WORKER LEVEL $33.45 1N 5D
Mr HAZARDOUS WASTE WORKER LEVEL B $33.09 1 N 5D
HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D
HIGH SCALER $33.45 IN 5D
HOD CARRIER/MORTARMAN $33.09 IN 5D
1111110 JACKHAMMER $33.09 IN 5D
LASER BEAM OPERATOR $33.09 IN 5D
MANHOLE BUILDER-MUDMAN $33.09 1 N 5D
MATERIAL YARDMAN $32.61 1 N 5D
am MINER $33.45 1N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
14W PILOT CAR $27.93 1 N 5D
PIPE POT TENDER $33.09 IN 5D
PIPE RELINER(NOT INSERT TYPE) $33.09 IN 5D
PIPELAYER&CAULKER $33.09 1 N 5D
+� PIPELAYER&CAULKER(LEAD) $33.45 IN 5D
PIPEWRAPPER $33.09 IN 5D
POTTENDER $32.61 1N 5D
POWDERMAN $33.45 IN 5D
+rr POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D
RE-TIMBERMAN $33.45 IN 5D
CAW RIPRAP MAN $32.61 IN 5D
RODDER $33.09 IN 5D
SCAFFOLD ERECTOR $32.61 IN 5D
SCALE PERSON $32.61 1 N 5D
,w SIGNALMAN $32.61 IN 5D
SLOPER(OVER 20") $33.09 1N 5D
SLOPER SPRAYMAN $32.61 1 N 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $33.09 IN 5D
aw SPREADER(CONCRETE) $33.09 IN 5D
STAKE HOPPER $32.61 IN 5D
STOCKPILER $32.61 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN(AT JOB SITE) $32.61 1 N 5D
TOPPER-TAILER $32.61 1N 5D
TRACK LABORER $32.61 1 N 5D
Page 3
w.
KING COUNTY
aw
Effective 09-01-04
(See Benefit Code Key)
,ter, Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
�r TRACK LINER(POWER) $33.09 IN 5D
TRUCK SPOTTER $32.61 IN 5D
TUGGER OPERATOR $33.09 IN 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 IN 5D
VIBRATOR $33.09 IN 5D
VINYL SEAMIER $32.61 IN 5D
WELDER $32.61 IN 5D
WELL-POINT LABORER $33.09 1 N 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
rrr JOURNEY LEVEL $39.63 1M 5D
PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
a, JOURNEY LEVEL $39.93 1R 5A
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $48.86 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $37.26 IT 5D 8L
aw BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L
BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L
ON BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L
BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L
'o BOBCAT $37.26 IT 5D 8L
BROOMS $37.26 IT 5D 8L
BUMP CUTTER $39.88 IT 5D 8L
CABLEWAYS $40.34 IT 5D 8L
sw CHIPPER $39.88 IT 5D 8L
COMPRESSORS $37.26 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L
CONCRETE PUMPS $39.49 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L
CONVEYORS $39.49 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D 8L
JIB WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.86 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $41.40 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $37.26 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L
%w ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $40.34 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L
,w CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.86 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $41.40 IT 5D 8L
CRUSHERS $39.88 IT 5D 8L
aw Page 4
KING COUNTY
Effective 09-01-04
*****************************************************************************************************************
(See Benefit Code Key)
r, Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DECK ENGINEER/DECK WINCHES(POWER) $39.88 IT 5D 8L
DERRICK,BUILDING $40.34 IT 5D 8L
DOZERS,D-9&UNDER $39.49 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L
rr DRILLING MACHINE $39.88 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L
err FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L
GRADE ENGINEER $39.49 IT 5D 8L
GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L
GUARDRAIL PUNCH $39.88 IT 5D 8L
rr HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $37.26 IT 5D 8L
err HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $40.34 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L
+rw LOCOMOTIVES,ALL $39.88 IT 5D 8L
MECHANICS,ALL $40.34 IT 5D 8L
MIXERS,ASPHALT PLANT $39.88 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L
go MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L
OPERATOR
qw PAVEMENT BREAKER $37.26 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $37.26 IT 5D 8L
POWER PLANT $37.26 IT 5D 8L
rr+ PUMPS,WATER
$37.26 IT 5D 8L
QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L
EQUIP
aw RIGGER AND BELLMAN $37.26 IT 5D 8L
ROLLAGON $40.34 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L
r ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L
SAWS,CONCRETE $39.49 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $39.49 IT 5D 8L
SCREED MAN $39.88 IT 5D 8L
+rr SHOTCRETE GUNITE $37.26 IT 5D 8L
SLIPFORM PAVERS $40.34 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 5D 8L
SUBGRADE TRIMMER $39.88 IT 5D 8L
No TOWER BUCKET ELEVATORS $39.49 IT 5D 8L
TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L
TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L
,w Page 5
KING COUNTY
Effective 09-01-04
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L
TRENCHING MACHINES $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L
YO YO PAY DOZER $39.88 IT 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
of SPRAY PERSON
$31.34 4A 5A
TREE EQUIPMENT OPERATOR
$31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
aw REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $46.41 1G 5A
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
No USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $46.74 1J 6L
SHIPBUILDING&SHIP REPAIR
40 BOILERMAKER $25.15 1B 6W
CARPENTER $28.05 1B 6X
ELECTRICIAN $26.85 1B 6X
HEAT&FROST INSULATOR $41.93 1 F 5E
LABORER $26.92 1B 6X
go MACHINIST
OPERATOR $27.77 1B 6X
$31.11 16 6X
PAINTER $28.01 1B 6X
PIPEFITTER $35.77 1B 6X
RIGGER $23.88 1B 6X
SANDBLASTER $27.97 1B 6X
SHEET METAL $23.88 1B 6X
SHIPFITTER $27.45 1B 6X
rr TRUCKER $27.54 1B 6X
WAREHOUSE $27.50 1B 6X
WELDER/BURNER $23.88 1B 6X
SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $48.19 1B 5C
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
r TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.29 2B 5A
HOLE DIGGERIGROUND PERSON $15.91 2B 5A
INSTALLER(REPAIRER) $27.13 2B 5A
rr JOURNEY LEVEL TELEPHONE LINEPERSON $26.32 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.29 2B 5A
SPECIAL APPARATUS INSTALLER II $27.72 28 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.29 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.32 2B 5A
TELEVISION GROUND PERSON $15.10 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.11 2B 5A
�„ Page 6
w.
KING COUNTY
Effective 09-01-04
(See Benefit Code Key)
,r Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEVISION SYSTEM TECHNICIAN $23.80 2B 5A
TELEVISION TECHNICIAN $21.43 2B 5A
TREE TRIMMER $26.32 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $37.03 1H 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $30.86 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
+� TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $37.47 1T 5D 8L
DUMPTRUCK $36.89 1T 5D 8L
to DUMP TRUCK&TRAILER $37.47 1T 5D 81.
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12,97 1
WELL DRILLER $17,68 1
sw
so
+r
w
rr
r
r
err
•o
,� Page 7
BENEFIT CODE KEY-EFFECTIVE 09-01-04
ww*s***sssswssss*r******rss***wssws*rrrsswsss►ssws*s*srsssrssws*ssrssss*****s*rrssrsss*sssssss**ss*****ss*ssssssssssss*r
OVERTIME CODES
+rr OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
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.
wr
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT(8)HOURS ON SATURDAYS OF A FIVE-EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8)
HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,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 EIGHT(8)
HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR-TEN HOUR SCHEDULE;ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY
MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE.ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS(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.
rr 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 OFTEN(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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. .
I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
r ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
+r 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.
r
L. ALL HOURS WORKED ON SATURDAYS,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.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
nrr
.r BENEFIT CODE KEY-EFFECTIVE 09-01-04
-2-
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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
�r HOURLY RATE OF WAGE.
Q. 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 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.
wr
1. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
Aw HOLIDAYS 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 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
o' HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)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
err THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
m B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
a*
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
mw
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.
so
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 SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE.ALL HOURS WORKED ON SUNDAYS 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 IN
+ter ADDITION TO THE HOLIDAY PAY.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
No
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
rr 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.
+r BENEFIT CODE KEY-EFFECTIVE 09-01-04
-3-
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
err OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4. 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.
so
HOLIDAY CODES
ar
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).
r
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).
y E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS
DAY(9).
G. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
�r
I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND
CHRISTMAS DAY(6).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
O. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(6).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
v®s Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
err DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS-NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
yr, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
aw
ow
ar BENEFIT CODE KEY-EFFECTIVE 09-01-04
-4-
Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
w THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
arr
B. PAID HOLIDAYS: NEWS YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY.(9)
4f C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
an D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
6. H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
rrr
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY.(8)
r
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S
DAY THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID
HOLIDAY: PRESIDENTS'DAY.
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,
yw LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
Im AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
40 DAY,DAY BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,
MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING
4w DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
4, 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
'o OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
lw C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
r OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
BENEFIT CODE KEY-EFFECTIVE 09-01-04
-5-
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
err
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
are
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
rr N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
ON
we
err
m
to
wry
ar
w
Imw
sm
vo
wo
low
'00
rr V. CONTRACT SPECIFICATIONS CITY OF RENTON
4•
F
L
L
APPENDIX B
STANDARD PLANS
L
L
i
io
L
L
�,
L
Lake Washington Boulevard Slip Plane
Ilrr
J
o 90Z
o •y•y� mm E
O \ Mf
yt g O V O y� v�Y• O
v j 0 m IL
W
W •-
J
G
If
IL
� o
i
Y o
VN o
mo yko
Od 1
O
_ s0
s s
�V� m0 »II G b
W J
/ = m l-
«l O o
O d
»I/ =W
La W
In K
O =
m1- •
Oo °-
OIL . t
0 0
Y
V
O t-
J N
m d
•IVDL NS O
g O W
f W
•• W K
s t`
z �
o-
~ o
d.V
r tl C
„ z
O
o 9 a4 ON I0o1S�=
ui
........................... o N N
„L
•IOCl NS ••
tON IQDJ
b
.«► = \ a s
1 Y
Ngo
go
`�o � �«�g 1�0€� � r� v�lc �;oC m
w► - 6 tS
YY:~
X80 Ljo
N O C Off♦ Y 00 WOr
u .T �c: $ ug�po V�op�pw° �IL
Qyam C
] C 0C
O� o «M`Oi � w��`11 ~C «Pw C l� 0Y►
O 4vC O O O 0 0 O Y )C «Y
Og «VVVVgYY o 3=~n 09-
.•`Y n«O- _ V«EO V-rO« EO EQY: 10
FV Y L�O0 Y4 « % t « N
law v pppOppp o[ LCY tCY Lp N Q
1 N
---------- -----
1T O O■
/i9 CL LL
40
oz N b
V
W
n
o 0
O
X
�1 x
h
Y oN
aw
NL NN W
?AL S L « , L • .. L ..AS[ ..Z 0
d
EE
a
L
° •- 40 <
.. -� _pzp
I ..0-A T W iw t
F- W
t K
a o IL O
n
atr :«o Zee' IL 6i JI h�
1
p Apr, „L • ..o •.._
wr
°o...... o �g
C V
sn
W
IL
low
fJ J
1 j__
„0-,9 K
1%YN) „2� ZW
u~
LO
0 0 +
11 o E L v D n r 2 V N
+L 4 O c c L Q n a �.
_ by u
a o me E O Ic J ♦��4i Q ° N
O O O N U O < N
rrr -7c0 a m � C o °- <W S`
C o o t d c = u c° p� s�t a G m o
°o v ° v 3 h o v T�
+ N L U U O d = O X d U
+rr u o c v' v + °o°o ; N
W
cIc ne' C, O °e° Q N o
z e
°u o o u
L a
L ai y a + 4,c°i W n.
U L +•_ h O L m- O O
D N V u E O -t CL D O
T U h N It -'F t U
E O O U L O c E E m
U Q +C +O 00 N O L C O
u 0 U W V Cl x p 3 0 L J T C
- O 0- V C O m+ O
wo nt 0 O N O U E -t a N
CL 0 41 0 3
L O L t L L m•- c > L-
0— 10 ' m O�tl1 + C 14, 0 0
c U O 7 00 •- O 3•- O L c c
N Q 3 4 U 4 1 W 3 o f r a a—
W
r
O
Z •� N M Q Vf l0 I�
ow
T
m U N M
_0 mN ou
L +z 3 0 U 0 +0
L O C L N Z
_a +
-
o o. )z nu
° c. • pUj O
0'a N
IT ; O.V c c o
11
0 0 0 o
0 a 0 _ _ _ xvw ,•Z
L
O
u
c - u
a 6 O
2 u U N 40 =
a,•. L
CL
n
U 0 L // t,� W
.0 c O�1 I j 0 N d
+ U L 1p �� o z
+o+ 1
O E WT .0 7 I I °-
n0 u- asCc
O O lY N
0
4 - V C O N V
�uo Lu=
L O V _
rEo O X L O
�xar m, 3} t Lm
L E . - o c m v „£ ,Z
L N...+n CL+
VX x c N 3 O
T
X U
to
N OL L 7 00 N
m
low
� a
co 5
Z V
ow
Q Z o =a +
v
Qw CL
(AW Z a
v
Q W N N
W �
o
a
m a
am
qm
aw z I��
p
z o a J
a
u I u
+ l J I I Z
cr
w
vm
low m
z
N �
w o
„f o
w °o
—1 u x m
1 d } v
0
u cr z —s
I I + O u x
N I I (=j U u
77 0
I I
1 1
� 1 1
I I v x
1 1 u
I 1 �
_ z
1 I 4 H
o I I
P Ic : w
1 1 w
77 m I I m n
I I -
1 I u
o--
v
1 1 ? r p t
1 I x N O
c d
O
U
W
J
m
a
= 1O U
� O
v Z
m W Q
Ir
41W \
O
.w.
` p
z° !p°
D •-4 tN
+ c Y° W O
L N L+L � i M �� 7
u } W N e Y Q V a 1
03 NN 2 �W p ¢ a Ile f
c � 0 rc onL �'d �
u oc n+_ woo
L oc E L O a ; �Q� x Q Z Z O
aw 3 n N Oo- WW Q z
L
c -o• a
'm C N N N O m g r
x U D C •O N
d v - 00 L
E - C •- •- .-. U
w L O c E E D'o c
J U N O Q DL N O d
+ o V -C d O+ +
D O V O O� C N O+ O C W D>-
-
S + D- E d C L 0 E OI N d- x
O U E O : O d n •x ° U V 5
d C
N OF O L °n LL O O U n O O d I---o OI 2 C OI 3 a c c - b ° O c a Od O ` z b O O m L L ° a Ic O 0 z O0 O d L C d+ +n V 0 U•- L L a v U J Q Z C c - d 3 b O L d Dou ao •a0� LOav �s O m °' w w v aw L L • C d 7 0 b 0 l E O�O N d 3 V c c O C E U t LO U T VI C O O C C1 ° C C. O w n m o L a 0 .. o c a
z ..• N ri v - -6 O O
N
(1
C T
d
0 O
D c C
+... C L
00-\
91 ° .3 \ \ 00 0 v d
dam.-- d - d
{A N C d
Q O
LU --
w CD °
Im CD+
a b z
m d
0 0 w M 00 0 LU
° 00 0 °
O: d
o
_o d x c
u
N •-: d
d
: + - aC�q 0
go
N D O N
x+t
. N a
a
d �
O O
91 z
L
n
O d
D F
d-• x
V
+
o a a n o
1p
u~ x Z z O
Ow
z va m t$ z o a a
a a n ^ CL w N
0 a j W ff a 0 w O
w °
0
9-1
,.OI N D
x+
.1�a
Ow
—.— - 14
0
co
co
too a.
LA-
W
•� � � V � WQ y � vii
ar Q I' F aO
N
ao
CL CL
.�� o O Q �. •d. N H � W
P
a
~ ~ a + ¢ O
w
w
v
w '
+1 -
b
N
0o /W o
O 72 O ,-
ills �� N y N O N y
(D �
N w lY Q: _ :2
m 0 -0 v rN N W
�D 1
U
w U
Li af Q-o u
Wl N } LU
.J O u v d IL
m N N CV N 04
\ +l I
i•
w o +l
v F
rrr
tW
w.
N • •
G7 • O
•Ir m c0 C W
• r •
� m
m �
g • •
r _ 0 • •
O Cn
m C • • (7
�r z m • • z
-I L X • • m
1 rn
-'—• r • •
WO r
W r''
z -�--+ • • Z
m rn
�• ® CA
r p r p r •
arr Z*t r
r � m� z 'rte• •
m
�r- .r Z
r �' m • •
�
g ;� 50r0 r-r • •
11w
r
;
(nom M--I • m* ;0g • •
v_0T z �m m • m N� • •
mmm m. _ • • •
° o00 �° m - m
-i m
M rrr m
O P
n
rir
4 W N N
O O Cn I
cn ul=
D
i1r
UT I m
S2j
0
I I
z III
W N N
z
O O 0 > N
000 O0
Ile C7 C7 f7 N ®®®
c0
� • • P • •
ON
v
+er • •
I
OW • m � • `�
♦ C • m I •
zm • • a _IL__• • r
10 D O O • • rn
K + Z rn r • •
• • fA TI � • �
z _ C
m K
, D W– z
o d d 0 m m �1
•
�ro z • D V) • Z
70 m
oro zC m M
u ;�
c • ;0 •
Oy z x N r
to h7 ® ® • •
V) cn
D V] • • • •
aw
• • �• •
\\\
C"
O
O �,
VI.CONTRACT PLANS CITY OF RENTON
gGg
!. V1
CONTRACT PLANS
Lake Washington Boulevard Slip Plane
k:
Q
Zz `
OC ('
W
a a V)
(� Q
O J Q
W W _
o z w
J ~ r N
ZCO) U)
a Q a J at w Z r N >
Z O O J � WWQzz Ozz
H O O
O � cz700 � vv zz > cPit~i
44 O to H F- W Z Z m W N1 w
Z Z Z Q Z LW/! LU Q il 9 J J J J o"
O O __ ,� a > QWLu ww QQQQ Y
Z Q W d W W 0 ''www ,w^ 3 3 3 3 3
Y/ N � V
Z O Z Z Z Z Q Q Z Q Q Q
Z = a O Q � gg � g � mmmm
W N 0ZILMMaooacwwww
Z � W Q J J J J 0 0 z Z z z z z
Z W y 0 0 0 0 0 0 0 � Z Z Z Z `-
LU w N Z Z Z Z �. J J J J a
Z _jUluL) L)qq co. aaarN
co
J F- a' W U U U U ¢ ¢ W W W W W W J J 9
O ., W w W z LL W w w a a W W c c c c
Q 2 O W W W O O O O W W
ZZ U U C7 i- F F- H F- N to V1 N fA D
O a Z �
J a a
V ~' W
Z a W
W as ! z o � m
� F °o, °o °o °o °o °o o° °. °o °o °o °o °o °o
J W r N Cl) of W) � OD a � r N M le w cc
` w U U U U U U U U U �j N U N N N U
N
a
Z Q
W
O o
m
Z -�
W O
o� CO
0
U
W
'O w
- � H
a v�
_ a TFFFF
�'�, • r� �{�� --^� �-1 �� ,� � '�� ryk�Y Mme. � "mss a��1 w�. � �..
t•°. a� _ co
•,�. f r fir_ ',�,, � ' „�,�W' ,A
C_
z s
iili—ss=ddd Y
vmw■ Onow fammm ...mw loo.r wr .w too~ Mo~ ammo.. ti.... "Nomw wompow qww. "Mo" r....r
\ O of
0
L
'y y V) L
.y Z
W O L
� � Q
'~ W <
°� m
Q
x �
II o a Q
O III W �l �� w
WO
�
l` I = m u. mW F
it x
(7a �IWLL CD H owom '�6uQj O
Q N oW wW riVaP c_z7 006
I my °❑aW¢m �� m
Q d F'j �m7dzowo wmv W
v 3 2 LL 7 J x J Z W LL Z
Q Ll= W�dNNN� aaQ" w
F❑
c >OZz°w3 <_� CD
W W : w wx�wwa> z?z LL�- f w w
w�� wo�wv>ww 3U
N O I via w J 0FLLm*O-a,
It 11 ax❑
¢w 0x°�aU¢wm¢m¢
� Y I)I W z r e lei e6 °0.
CL II I x 00
Q 3
= m �z
I— w W a'
a r" u�
a
W
m
v,C7 a
Z 2
O 3 &
J W
O LL Q
Lu N x it fll v o
U J
�o <LL
o w0 O
LU
O a w Z
Um z m
m N o o N
um o N V N V N
M mm 0 w Nv ti
Z U Z Z❑ m
F �o OZ OZ m
p w �H ZZ \ \ N
z o wwz ggg g
< FZO Z _
_ Cq O ~�U Z~F z2 p W Y W W W
C7 Z m ryj x m ryj m ru m Lyj
�- V Wwf~n s?Z Lu W � 2 w ¢ w w w a
Z a zfLLf�O wvz °V W § z w z z w z h z w
.j 2 0 Lei U C¢G U ti 'J -� O
C4 J ��LL JW° mw U V 3 0
opo?< �w
�a Owl C11 W UmW0 WOO
u) w
m gm w �Zw Oa 'LL j
m O
M.0 o vj NU uj LLw �Ww z X zmz z
_ ❑mow z xz-
Qa xyz UxW WWZ WO x o
8 z w
U _ a LLoF a =9 3�w mmxa gc¢ig
W b LL W w 0 LL in O m W 10, Q~y w
H LLO vi U a 00 1 d 3 W ?W' LL J Zo p LL a W
Orzz� m �I7d� m oow 3:0 mw
Wc9w W� 2 H WN exiea]? Y� w°az ¢
a w w Z ~{�1 z a H m m z IJ m WX y N Z U
W X W Z W
m w >U' z F w ~ w LL W O V g m O $x m
wmOO OCgw gzx m.2^x Y 0 F'z
x Q 3w 3W xwW m
~w w Z V O °x U U 3 ❑tC Y z O y? 12 w U Z W W
Omf?x O w0¢ z zmm W°C9 F-�m� XUU °z
J W LL �m U�w Om &a T)_ �affjw m,w F �¢�
ma w2 xU aa< xU w 3m UmZW y�j��p pza
F- p.U U LL m 0� U LL ad�W pY S J O� W°3 a �O m zlow
W F UU ? UU S S'R 0�¢" ��W� m0�Fn
U 2Q OLL�W ?W 1Z W 2y W�0 a(n u.p 0 02 W,
O°fez W K mx 1!j W-W mx J w-o !ow> yFp2 U-mo
W Z U NQU z zO ~ W°W CZ7O W ml->� N?a0 m minx 20 J WQZ
H O �FZO mfn xax mm aixf~! mama O pxU¢F 2~Z
O U ¢ U WZ C) UOU Wz m Qam¢ ❑w❑a x �3Udp mwY
Z J °�Ugx °O Z zf z °o J °gyyp J3 ¢ U aOw Cz❑
J UZLL IR O XI- 00 00206 Xf- Q Ham¢f- W J w Z ZAZm WI-Zw
LL ¢ vQU a C v x 3 zm ¢ ° zww❑
Q i? p�w0a❑ 20 x XFX¢x 2U > ❑�ow ��¢ Y YWw°x C7xa>
W z u) wN 2v i za�v � fx�nfN°LL �wyw t Qom g`°�i�z
Z er J>wa>}❑ mw o m mw x JF'�2 xmx m m ho s Jwaa
CW9 w J¢SmF-m oim J. 7w JU uOiw v~i �QaU 5z40 F P:0 wz- JaaUo
c7
w Z
O z LLl p LL F' 2 0
m _0 °°zU p Q xW fwf) ° �C7 W zJ ❑ Ow S
m �Qm ¢> Z U U FW�m z O_-, ¢� Jf-
ol2cw>E=p}w mm ra a a 20mz° o 3 �J OZ
LL zvij a � m m m EZE� 3x ww m z JF
mx°_W UOfJn tt° O O OW WOU m FHf�J �w 0� 8
mxwQa a
w�Nj w� z Im w =z >F
OOZm= U °wm ° z zfwn�pp 1w mw 3Zgo W o Ocaa 2w
wWOO LLC} LLC ¢ SWam JUWp 1-❑ dmzN 7 c� ?a= xQ
O v m mxmx xm0m z� aw z ?mi- x°
w z� LL zZ O LL wa-z o xm�W ❑ � z oz
�Oywo 2¢ O Z a ¢U�j�� °w� o�V~ z w IyrxJ ° wo
m�2 U❑o W U Z m LL LL LL¢ p 3 W Z U' N W E J O S° ¢ W a J 1
x W o UZ LL Lu O C Q o O° NN ❑U-z �2 O W U W m J f]W m L7Z
2LL W ZOW 8U Z H 1-�F-Z II ZLLww< w8 W 2FW z a a.SO fn a'O
NQ e-2 2W-
U ¢ m 2 ZFZ> w W=<mn mo x2Ol' o } WO [L C
xOz�LL ax m .JJI w WmWO M m°aa7 �O L-m wz p �-` "0I- az°
=F-6 ZmO W2 J Q �x2�x x xm-3� Jm LL aL7O MU x W Q m7
Z H D>m J >Z O 3 m Q J a� x W O W' H U 2 W U C m 3 2 m W
OZ°°U�OJ 00 Z WWxa ada2 U mm ° W �WFw v~i ❑ a02 WW2 a
c,Q W fnQ 6x.0 °xS0 �xOw O SxF.Q 0Q m mm2 W W m W zy0 xOU
Om_ z QO w � m I- a .0 O LL gm� Qx
mm�uiaDai J= v2UF �o�� z azeo,°- °z 9 `�?°Y¢ o I- mWU 3
°W�.J2C7° 23 m ZU�¢ a0¢x O JOJaz W W F uo W¢3 Z M aW.Fz cow
xr .. .w = Ow a ° O mg > > 9I
W x�ZOOZ5 0:i C �x�Z ZxZx p j mw0x0 ?w z WwZ O c�C mJH �W=
F OamZZmfn pLL » °O 020000 < x w W md22 vi1 V m 2¢O m O 005 o�
O FZ-a_ z F y,I mLL�F-oFLLI-LL O F- O U �- S wLL x 0 [L w H Fo° UF=S
z O�xtmo U� a M: ❑MCD OLOOm -+ z ¢ a z� w ?
FmY�YF- o Z ZZZZ W LLwxzm o H C7 p U U_2 J7-
x°z aQ U xxOOa ¢ x 2 aj ° °3 s
�°m m > ° Oza=U=0s0 0 ¢ ix z ¢ Ua>m 5a gaf!�p mww
J zxw w�a z o �s�m�urinut� J u1�, m3 w~ � ; a3¢LL� �� x wZ x
W K of❑Q° U 000 Z Z2t=¢-¢-<- U C m ac o W❑UOZ C7 z ZwQ ZQw
W UmOaOgw Ufa S ❑¢a3w3p3p u LL > �2 woo ww z xzwmO z o_F 0Jx wo-
Z J J A N a N x N x LL m C?x J W°h ~ w 0 F U° U J W U x
1 W yZj =002 WS „3� m m JmFa2 WWm O x WZU m WZ W¢° W W
20 W wLL S 7 mS-N aga O z 0O?wx fFy O OLL 0 Nw w Fm Fx 07 F¢?
« C7 n �U3w0w P - � ' m LL 1N
1111—SS—ddd
WMWW 3YIYN3llf
YAMMwr mow/ WMNOW Immr No wNO ISO.-Mr 1ow"w/ rte/ MONO vmn� awwao �irY'
o <
L
�r� L
V -
O } (n L
° Zw U U Q<
~ Q W
oZ m' w
co
z°
° z
0 4$ z z _j O
n
F--
< 0¢
LL. aJ
wS a a i �Q
N� w Oz cn
w U—
a8 °o Y = �cz�
w0 t~nz m Qcn
S= _ 8 �o
° ° ~z
Q
wN
W OR ci
(V
J FOa m
<� �a J z
�° Oz x z
w ZLL Z O C7 x �-
� �
Zo <z vd o 0
1S H19L 3S 2 Q w {O' 2 H V-Z
Q� N Z U yL . a' OO 3
it w FU aZ x~W aW W
= d O I—Z
2 m J LL U
°o
w a 2x �
cD z z
O w p O W ZU' U O z F S2 w rho W m
� Z ? xv1 U� C7 F rn
Z m3 00pH u 2�p ? LL
w a
(AZ W2° w�p co i
F- W0 jK� �LL Z 0
o Z QQ zm0 UZ x U 3
uj O z zz� JO W O
C) c7LL OAF- aZ g
Q QLL J a J x w J LL 0� O
7y d' co �HF ¢O z a
?1 O F- Cf vi v ui
0 z g
z -.
b w o 0
W r z ww
° w Z z r z
x
W 2 .- N in 2 Z 2
O 5�
o (7 z o
cD
z (Y
p
o H
3 s
ti = a a
0 w y
w W
K 0 w LL
o u. (0 w °W oa
a W
OO z z m
O o w
� ~ v
4
w
w
P � v m m m
z F- x x x x x x x
A F a v v m m m m m
a z
• z
w o
m D
a �
J �
r
a
i
J Z
Z
O W
IS HIM 3S
p m o
y z O O W r li Z
y S3 W y "1 Z
yo0 LL W .O
W � Q
W W
W U
a
- -- w O
J F-
r �
N Q O
J W F z
lJagt LL Z W
QZ (�' z
N ayy
o WOx
5
t47; = J
z
N
O
a
7L 1S H 49 3S
> `H N N
S F o
r(3— W Q
3 H iN
()
w - -Z Z
x — m z
1 Oy N
` w c
W 3 c
J
V N i
=LLJ $
�LL
iO Q
m
1111—SS—ddd
3rtIH31li
ftwomw Nw � lvwww� ft� -wo...w IN-mmr Iowa~ wArmr ll"� rmw~ loommwo ommmump %In~ qmwww
o O O <
0 O 6
0
a � <
S O
a Z L
O
k— L
l� W
cn
cl� <
� W
H
Z
J
Co
z dQ
J F-
p w
Owe
Q Y
> K < W Z
p
�3oaiw:sd w U �
fn U
H O
'Lau Q
ir
m 6 O O O ~J
uj m W V Z ~
o3Ga>1 wqd W
lw 92
w0
LL o�mI J w z Y
a,4 U) 3
a 0 3rC7 2b m/'31 Q N
4178 Np1JNIN t o w~ OF-'w O a'
c? M3 m )- p
a
t OW s
n.
LU 8° i`3 a 4 o
O
LL I
W
o
a
a
w
Q
O
m
o
N>_>
W
K
CO a
W V
z co
W O z
O N
N Z ❑ z W U
2
0Z 08
ui
> w
m
zo 0 ode x W
W UQ
W p
v
�J a wo
p 0 7$`y vi w w
35 OAlS HSVM'l 3S 3AV H1Z1L Z O Z Y Z
Q° g �d z0 W ❑
OC7 wl y3 m O
W 1--o S f U
�'�y �M a y W N � W ❑
M1 Q WN 3J U �
LU �° o
~ LL, puwwi oz V aJj
O W 00 U f3
_Z_O J H W v W
Q S H 2 �o W
n
3 rnzz cwi�
�W Z LL F
W wt~n Zo o° ras o _
to aZ Yzm JO C U
m} aYy n W Wf! jN8~ K� y O
3oY} w o �3 rz� 2
4 W6 ��� Qc a y0 FWQ VW J =
=WC��� =LLK �� �� K W~ US � ~
i} mQ t, °o zz3 mC �O° wK Z O c LL cr
`,o vwiZLm �P z 0 8
w ❑SH UW 2 U
Q6 wmm
Z ZU z2w -j2 W O
U C7u U_' =5 �O S ~ E
yU NzU 2 _
V J W J W J O 2 O
u. �a. 0= a
F r N M
23
1111—SS—ddd
3"3Ri
Manor MENEM! MENEM MENEM MENA monsur war r� "WIMMO lomwoo MENEM tommum Nommew �rl
p6
!� | ■ |^ | %
` \
® % \ %
LLJ I
¥ | \ d
. z
za
\\
\\
+
z
0
U
o
\
<
%
30 }
772
w@ =
32 \
© � \
�
§
§ �
\
o •!!
§ \
ca of
0 0
( z
% �.� g L k
L
��
§§$§§ 7� \ §
§\ $ §
0
§ z
LLI
}
�~ / k \
� � e
§
U. S ( °
0 § k §
! § ® § z
| ' 6 °
§ � w k 2
K : z b / b
W IL . ( §
§ 2 ° z L,
`� §
! 7 _
/ §§ w
§ / O 2 �
) § ) §
e
® Lau Q (
o § ( k
z § § E
i o E g ƒ
\ u
mo ` E
§ -z % § z
. { \2 ( \ } !
k § « E k )
it
)§ ou !
�
. § k E§ @ k c` �m \ k § k§ w £
\
3 ` \d LL k o
dk 8\ $ ( ®
z to
§ $ ) °
§ \ �; EL f }
. � � -b & o 0
§ § f\ ) F E B
e
iill—SS—ddd
_ _ wwmwm� _ M ommlopw _ � _ _ _ V _
' o O
J ° O 9
Q 4 Cfl o <
CD g s° 5{ �
0 0 ,�
O
W Z . -
N
� O
W
O z
w QV)
IL �-
_ �Q
J
0
LLJ
CD�
H
H O�
J N O Q
0 N O
N
2 m
V V
f
0>-a
U.
� o
o
a}z
off=
W LL-
—� Z C 00 3
LIL
O �~ U
q W n'
c
0
m
� O o
K � �
V
�-- -� °
z
Y r �
m�0 � � Y �.
q p F_ �7i x a 3 a0 U z
oo°� Z
00 .z
_
i o
s w 8_
a�0 d
a
. a
a
y a
C w
Ci K
I- z $
ca
w z
O z U_
z it X1133 N
F,
a w
tll Iw-U g d va)
0
W b O o
J N_
>
W
w
O
Z
}
S2 LL
W
W F
d
Q O Z
LL
W Z
u.
O ~
H
= Z LL = Q
C7 O Z F. $
C U W 2 w Rf
v w
O d L
❑ m
Q
LL
z Om z0
� w � w y O
O �> z
W m V W a
- a a w� Lu
z Wa ~ O c
Z F W Q2 ❑ 3
po F
w 1, Oz0 Q
0 8
w
Z 2 ~
❑ O Oy Lu Lu
U O z O W z9�ga5
U W z
L-L 9 �5 u� �g v
1111—SS—ddd
3tfM31li
i�1r �YIMI 11�r �� �....� ....rte �/ �/ �W �r •�1�1 �1' irY
o CD
l I! Z
} II LLJ
LLJ
zQ <
u�
jZ= 6N _ o�
�0
'z �O
1
1 X O
x lo I \ I I a -
\ I V $
z
_�
N¢i T
:, tL X
: �..F• ., I� 1-11 O ,
O
rip\ °
�\ X II \ \;1 30 LL_0 o
LLJ
CIO
p
J
1 I
\�
g
y
_ W
?gx
zX
l �
IuW.d7v I I i I � °
r I X I
z.I I ^I izEL
I `d N4a \
I X. 1 I SOY
� m
P
1
Ir
o
uo D LL
IL zwF
W
NZ
I ` 7
z.
W U
H6
1;r,
I i (fL
r
I I i
�X
X
i
;
e
�LL
N j I /
; r ,
,
W o
X
J ,
p
/
x
'I
X
\q 11 J
r
/ 2
VI I -. �'.---loo ----- - � z
OH L o
I r y_- I - �;
OHT —_
O Y
U
W QyW J
�m
1111—SS—ddd
3RMj
mono" ommommom rmm" r�ri
o O _
N
\ L
z w
o ago m3 JI ¢N Z0
x w�
O~W
ZpOZ OVU Z¢w wK mSN 0 U
O� O 6 W pap m� w 0
ZZa 3O2> UVI
Q<w
KwO� �tHnnim OVW �c/,)J
OV-�Wd zQ~O ¢mew 3Zw� 0
a W
O W W 3 Z W z p m Q O L Q D
w
mNy.Z °5 NO�3 = z ooa Q
0
zW�6 °UH �QY>Q �pZN
¢s� ��xcsi �WS� rMZ�o
oNZ?� Wawm N�SJ w�'a�
mawb �d'iw wW �W�
�W�m
n
O 0� 3
Zo N of °i °J W op a JO �LLJ
z
z '� pp �Z �` v� �� O W U
W o �a w z�' p� z�a.�o zR.LD t;do
p a�nw SWV� o� izwwa �" o o Q, m
°, °aw x�° &�z� zr � �� W W
g =m �Fw6UO Wt'w33a °?° Q Z N
rr��-
❑ ¢ U°m asw =oW w�a moc¢s° � O°°zmzrWs Z� dy� " „' 2 O cn ¢ N Z a
O yCW/i yVW.� �uSiN �Q pK g W 00� aaUZZa �ycO�WZC � o co V V J Z W
J 5s O2p � SO.x..w rjjpm tnm w 2O �<VU C NON �Za O
O N amp Ha z w U z ¢Ww° F•
zp ;;. o�❑w°O 'ow N W z z cn a z ¢
�KD �m z sw�a W- U I d 7
F N o U _soz;� ao%4 c Vm" 30p z3aw° �'-� m W K O 3 O O z = O w m x !3
Z mo �� mz o 00 0 ¢ g" 9 �N� W xz yo W V O N v' In o d o ¢
xK' �`'z° s w�..5 'moo- mza w o
U av,p „�o-¢v» U o m ¢� �o�"'W�` J w o w w ,J
a .�� N �w�ww "w'wa �m� 5 (,,� rz ?� J U ^� U U N O O z w
F Z� �¢ �- WpZm �N�Z �Zpp� w Q� Zw Fw W W J Q: Q' ¢ _D
W osow ozo °-� omo o° zouw °- z m�o� p ? o mo o z ¢ m o o CO z z z z
FJ-S ��a pQ W�a . 0°° OUOopp o 3W p � �a Z Q O H K Q: H O O ¢ ¢
F-1-1 rzU �N zsj ��-vJi o z� '°=vwi eo°N�,'�o �d��° a�-p W g m U o ? �n Q_ a `n U U m
zz-Gm o 0
fq �' ° paia a QNO mo° UD orc?3z paQwd �F,pa Nw°p O N
❑ w
Z
z
a-S �, v ° - Q 0 aaaaaavcaaaaa
Z v a z E,�
Z z�Zm z Wo a �o,wo owO¢a -'z� �zz ?y"�'Q<z°o Q^�a�o °za �3 W 2f
1- p �-�� F' zzzzzzz zzzzz .3I
0 ¢OZ Z p°r N W w �Y W W¢�wG �2 V� 6.p�0jwZ W x2 LL W
rn �"�° z° �`¢ ��� cxi °-iGs ri�x o p a c�umi W°c�za °g 2 W w w w w w w w w w w w w
O KwZS�- UOp N
Wo z �U oasm o °�w� oj�pi- o�wZ
W a3wvSi ?O� ?3Z Cis °oa aMmw aqZ p3 Zow o0o ?^?NZd �NNa= Q � . . . . . . . . . . . .
Z6- 6 NIA�U
N n 16 m Q a
m
o
Q
Q
a
w
a
r
m
O
W W
U U w
U) W
O 3~�i� J
} F z F o oo(() U z
F Uw F a t/wjml zx (/�
w m M N m� 0 V3 �aZ at-m
z Z K �. Z � wm �pw O
om m ox —I I I— z� 0¢3�?0
w O� 3 _- W�'' F 3 m�fn 0
Z ° W 3 W
a m za
Jo �a eF oz o°Qaoo Z
�� a e F a� r. F I -... of J zmoJ0
VI U k A L IF .: .._.: m K I�.. - w p U lwi VI
0 Q Nz xQ 4 j' r i� x< ~ °° o'w
zz a cu
a0 F Ja Nw :_I,1 mm LLJ
G r C Z
w Z Z k , C O
N W vZ-
�f W ll W m d
V l l () Z
N h Q
W Z
W - LL
% m W z J S
�V mmw ll N a
Z m o �I l l 1
O¢ w a W
o ,. 8
J O w O F_ d N U> (J
llo w
�a a; m w _ jaw _ _: I �o
w U m O O w m _.. n o w w
wo w L Zwx
V J X U
Z O W Z 4.
J
o
5
1111—SS—ddd
3Y1Y1131If
o O O
o O ti�
I
K
\ wv z
CL \ TT\ oa+Q 'Nis I # o
Lj
LI
\� w U
I \ vy � w
/ O L7UL J
LLI
o W m
L
w Wao 0
/ -
v�vy I
00 0
H N z H
I UI 0 U
,90 / o Z Z
apx3 zJ _�
pa �— W
\ \\\\\\\\\\ TZS WQ U� v
09+0.'V1S O.�a' o p wUa Uw
:o \ O Q W 0-~ moo+
O O I \ \\\\\\\ \ \\\\\ \ _ �H U � \ N w W U' aD Z5�0+ � O
u�z0.m \\� Y� \ Sa �: 1 \ Q�W� za a
I O m
LL Z S z z s
me V
Mill
uj za-z F'p
m z,LL
CD
LL J
_ \\�\ x o a
xy �A A \ \ _ �. _ -
3 aFmU mw
o �\ no
mw
\ r
J - ¢
>3LLO
\ `\ � z Iowa zJ
at-Ii 00+E `.VIS
w j0uxicUi zi
\ \ \\\\\�\\\i\\\ w Z�¢z w Q
1 LL
\ m w
\`\ \ \\'
\ W o:_. z W m fV
\\\\\\\\ \ \\\ K N a W H r U J N }
� py
\X - -LU LL
Lu
LL
`1 z oozz0 ?°
�8W \ w UQ U x¢
LU
' (L �U�
NX
m c7 Om �u�a
yy ��\�\\ ¢o�
o O t 6
w3w
m � aUQ
log "i I a, xx o Y m x
i
LLfU– xJ
\ \
v
x
z xY ¢ 3cL a
V +�j\\V VA 1 PAZ I 2 J O LU t: � Q o
\
`r. \ I I
\ NQ� r N f7
\\� \\ \\ \ ~ O 6 I - W X 0 O
O W W 1 W Q
\ \ \y\ z
v \\�� vv I z a o
a \� \\\�\ 4pZ I I C97 O m
0.
ofLj
.. \��\\\\�� ��•\�\ SZ+Z "1+15.! �'��w — — I I r Z yi
IL
��\\\\°\\\\\\a\ \\�� �j N I \ ✓ j o W U o o c
\ \ \\\ \\ \\\\\�\\ �� ll zN a Q� Uao
\ �, v� v v. A �V ��A\V U I I I I kA w W Ja U
\�\\\\� O W-
\\\\\ \ I S0j LL �w �y zx WW
> O O O U
U Ow
Lj
O� J V) as
O N N N N N r z a
----
r _ - --- 1Ho di
\ OH /
- �__=; I.
LL w
T C
x
1111—SS—ddd
■mw� mm�
o
W -
c,
� Q <
H
z W
Z
O
w .0 O
O W
0
w
Z �
rr �_
<Z mN U)
N Q m
am
ta
mi
o _
�J <a O J
w LU
0
O -x
Z x F Z F- z s
o z OD 3
0 W Z Z
p v Q ~W
O IL
Cl) W
a
J
W a
LL
wz Q
i
V �
N W
.� s-Z 0 � O
&Z&
(C%l 6-
U U
K
a
- a
<
w
a
0
r
cc
Oy? w xF
W d w m V Wj
[p�m w
• FZ�Z w p0 �WZ G 2
00 �� W �� O
ghqLLow i a a OW S W Z C'
Oa=} �8 NJ N W W W w
VV-- G col— <m x
S
ONw
Zox
wzdm
m N W
cn
® J V r
0 y W O
W ~o xy N ai
p Z ^0 J O
o m 0 0 om o z
w
W H
O / Q e W J
U) 0 -j
O LU > Q
n J a W
p
00 F a F
Z a Z
W o w LU LU
UJ Q W
a4 �i5 ¢4;0� 5 Q Z J
�dO U-
21 Os
x C1 _J
w�y W� 3 O!
S� =yy 9mm_Z 10
0
W mo =w V
z �z Z¢i�Kw a J�lmor Ky9 pit
m� N�m m a p C7
ca 60� rq 9W N W V
w
O� cs T ym �t\ 9L
IV~
p xFxJ o
� t0 xm
3 0m O
0 o rm p
O
c�Q
�a
m �
LaJ
� o $
U <p45
`i
]L
1111—SS—ddd
3mm31Li
fAMW~ swr vm� dlv� womw smomew ri �If1� �r �� �� �i ■�1�1� r�
Q
II Ld
m
<
LLJ—j
--j<-J
91 60+0 'VIS
0
00�ts
t
d
2"G
-d —--————---
LL-
0 0 o
.2
9-d
L•di
09+0 'Vis
C
D
c
b
l _ \
CO
&-dS'
-dS
"Mwffl, a-T 100+I 'VIS
oo*C5,
4-
Z
0
Ln
c
ol'dS(t
j
J,
Li
�1-dS(t
s
+L
-10 t
9
OZ-ds
ZZ-dS(I
VZ-d;
-d
^Oois_
SZ-ds(1)
O-d. oo+z 'V1S
ZZ"d
CD
OZ-ds(t 1)
z z
15 uj
----------
Z
0
0.
gz+z 'VIS Lu'a Q!
0
01
,p
'Z"j zo
w uj
LL
LU
f w to
1111—SS—ddd
ammrad
0
O
O 6f
<
4:)
UA NOI.LVA313
0 LO 0 0 0 0 0 0 0 LO
<
<
R cR q q Iq q q q q q q q R
1--o
D
0 i <
w
c�
(L <
<W
LLJ
N _j
IL LL, <
0
6 z
Z Lu
�o
c� 0
CD + lo U)
Lu
w c. z 0
z
uj
0
Oro vs� rooTs
LU
LL-
4
00
o
0 'C"
d I� z
Z w
Lj
a.
Nc
li F-
r
w c 2
m
INA
0 z
Lu 0 m o n m o Lo o o
a. 0 P 6 6 4 t7 F) c� 4 N
wwo Lu
LL w
P d o
p if +
<
do
o. z
LL 0 IR 9 Lq 7 ll�
zw:5 0 R m m N N z
w --u co; co co w
a.
0 u,
Lu
w w
a z <
w z
Lu o d. z
CO 0
w
cl, 14
N, 2 R C',
+
c',
N RN
CL
ui
Lo uj
z _j
l
C
0 z j
a. a 0
w
l)
L) a) c+ "+ N+
�
14 +
00 tS roo*S co co q
'7
j =1
uj o.
z
0 Lu
w +
O� .1 W dN dN tZ
LU 0 W M ca fl) co (D (1) a)
$ N�O
LU c —
'o
L
Lu
co
dz
zw
Lu z ui
o IL
:d.
M en co co w w co co w w Go Go
LU fL cl . . . . . . . . . . . . .
9 E 9 z
o
N N N
CD
LU
(L
U)
cq
U)
0
0
Z
C5
z
X cn
c1l m m wmcqmu)
U) w W w)
uj
z
+ z 0
z
z
W
J w
IL
roo 2—sl N 00'£S 2 x q q q q 0 q q q q q q q R q <-�
0 N m o m o o N m ow Iza
O -6 o ui
W z -4 ci
af Lu w
M Fm F
X LU z
C,
_j
N z
w w
uj Lu
+ W
o rn co z Z uwi
c, 0 z
w 0 w o m m a
or Lq
O F r-: 9ci6d6op . . . . . .
w
z
0 to
2! moo rn
roo��s w 0 cL LH
0 70CS� �!s ag� t;w,
W LL Lu
MHz M. w
co w ui awz w
biz X:, Ro�D- zw
z
z Lu
_y z a.
w
C) .0:Z' .0�9 io=
Lu Lu
!�g ou (L z Z' (L'z 5 LLuL
u)
m
o 0 q U-5 z05 . ry
g. u)
. . . . g
col g g w w C
w
Lu 0
w OU c;
z wo m V05 ---.0 �m
W lo
co— 0
z .>
.0
'R,o C--
j z
w p
0 R N N c� 0-
x ,,;� Iwo 23-O;l:
0 <(L p D,
-x o z
N
z ?ma u'
Lu
cq cq N z,M'o 'C' Lmu
0. z
Z
11111111 1 19TM77M7777
Z _j w,.0
w
0 0 0 0 to a LO 0 a 0 0 ulj z co <
D z LO w, = o b3
0) (5 co co F- F- co co LO to v co w 0 w
0 z
+ . . . . .
(i=l)NOLLVAT13 6 Z'
N u)
L4 ul
Z wzz w M:
FL w
�w -F,, 1,3:w,:
X Ox
W w c� C? I? d- FL 0 0(L
d KL: uw) (m d. c
25 m L i d. "z w 'z
0 Lu
w
R. 'mc s
01
(n m It
o O —
X
N 1 _
J 13 Y L
I. Q
o Lu m
LL J
oz
Z0
O Q U
I 1 W W
J
.. I,. < 4, - P Q
0
VJ
J
J
LU
OVON j03NIl N31N3J IV"�pd .. ' O O t.' Z�j O LL z °�
0 yd' W W 0 a 00 3
n w 0' Z n Q Z a
2
w 0 v� ~w a
OVON d0 307 n w N. m= Y �((Yy]]°
J p w~ OZ x�j Z m
LL g' x O
i"cuvno -" z w m a f.
fq w (� c
I�VM j0 33-Vd 11 0 a Z
- 02 W
h OZG m hm U) a
w<o a °p
WcSt r yN do$ h any ? 0 3i
R" D 00x0 Q ??
�Z� yrZ Z�W 3�QQ'(QQG� ��� w 0, 9 °o
r °PQO wS OKOI W�� = F- W~
W1 .WZ BaU�_F 8 Jy T JrWZr mZa W OU
>WOU ��Uw Y6 4 �2 'h JOw awZ a' J�
Oyy UW f•O.2paFy w W O O >z
pm J W �O }4(lil lIuuU I', CUy C2 LL Z
<O y N W w "_�>O ¢ ' ' , H W h O Z jL~ W °0
�u z WJ� rW 1M0 ��Zr ym9 W, WU 3 .
,XO i��5nnn o V y XyMa _ NGC.7U H>
ZaU ?�� &wz Qa;'-`a Z}C ~U' t=iJm� y ¢
xa'�),a 0� g bXW0 U�� W °wZ sl
Z= y Swo° ¢ e(LW J Zz�
Uzi ° mfr
O�0 w
;Ow y Mpy O Z Ww
m y _ OZW m U°� o m
°za y F 0 U D <m Wm
Z cV vi 8p
88 33�
a
a
a
w
r
O
Y
4J
O
rn
K
N
1� O W
(T w
.. �0^h���� O
OVON d0 3003
T
\ T
h Q
CJVOb d0 3NIn N31N30 ,c. O h' v " Y to J J U)
W r m Z m w Q
c w
LU
w .w g uj H
.y W ,.; m ZWpp Q
OVON d0 3003 i �� � � i z 1 LU Q
w c7a w w0 �
� W h 3 ?Z w o o x0
nl"crdvn
�- y Yo d
iwm 30 30Vd Q T z U; a cc o � �N O °W
a0 � wx Q ZO 10' rx w wa Q C�l z MO 1:Hgff W � 5& W,;W 51wo� °a0 a Zw V $
gaLLr �S Jr w�l' Inmy O Q
�aW vU wyy 78 y dd�w, ¢ww Z y0 W
!w WT a rrU� lmpw, ma0 Q Zz V1
>wow WWyp caaW li uiw Zy °tea m
QOO>= Wya 'uw J-rK �b'zr WIAU N Way C,
~a- o o f w �gW J°- �y°� awa w oUQ
Or W y C m6�. yprq W W W Z a W R'
g�� dYq Xyz fn052U W2 O Q wz
wa =a0 �W 2 a W Wa HCF- w W Z
�aJ ��zd awg OV1 ?m� j wU
g� am� }v~i °0x
who gJN O UO�� > JH C
= z
>
Z
zd 3ew y Oa0 Z °wZ
W U
Q U) �LL J ZZ—
Z UZ� ° mr o
a Ho a www T o
J°m Z O W LL
OZw m U°�
ui w00: Z ZwW
r 0U6 O 6mm
Z N pi
it
1111—SS—ddd
3mmnu
ilrf Irr 1111011111 I�111� ��/ r�� err �rrf I�Il�lr �r..r.r r�.r �.�rl �r �..�� Irr �r+rl�r r�rrr Irrril
o O O <
O b^
4� <
U.
v 6 L
b Z _
� L
o ul
<
Q
cn
-1 Z
D O
z�
w
J
J
Q
LLJ
+
OVO2!d0 3003 ., ' _ Q j
(/1 cn
51 J
0VOU 30 3NIl N31N30 j�
V5 W
a o U
(O V) a
8 z z x F X m
o y
9 (D Q3 O
Otl0
ZZ v z o
21j0 3`003 R '� C�' :-`6j O N N d O C 3
LL 5 ww
((C7 w w Z Z a �_W
IItlM @IVno i Z IW- w pi
zz w gW p U�
IT/M 40 30Vj m w Y Y O Z v
O'7 Z tr O m'
�• ,' J C7 O W� � C
wxo[,Z (or Ow WQ W C �� o
99 ( o z y of
Q 066 ZM� o BN �oZ a oo.6 P.�gpa�F N Y J 7d0 ZZ $�
M!L- (,1 W W �N F ON fgmU1 O QK ^g
x '� ;� _� 4 F w -- O
oomW aC�N mo 25 Q 26 macm� F Zz
Wr Oz w�� Fw K°� - " wN W S p' o
8R a0Q o';i
3. y m i '. a m WNpO, aQU
U RL y pNza wwz _ 'LL OJ�
; LL Z6O g V'Owg 6W �,',H
ug w o0 3 y'
aJ o I I,mrF- wU OW
3 sgfa �,8� Uz> mx
= >
JJ z
w KWp QTR ¢ °
11
Q $w v QK zTK
h w a-N'o U O z Owl
O N J N LL J Z Z
3N caizz o OKS
_oo
w Kw
J
O(1) Z OW W o0
Ozw m UO�
z r fV l"i
a
a
w
0
r
m
N z
O
N>_
W
o
w
z
OVON d0 3003 U
w w j
oU, p 3
O O m
VJO y w o W
OVON d0 3NIl M31N30 W C7 w O O Q
m
oZ g
8 = a N Oz S2 X
W I O oM W � LL
p � a z h dIx > Caw d
W o o'' z K a
OvON 30 3003 W m U a
J
Q ZO
lroaoatln� om . a U
c '
OOJ � ww Z
lWM AO SOYA W p a zoZo O
m(aW O QOK
oao < o U s
F•Z N fV Z a 8 I = - SS �+
Q_OZZ$ O Z JC SS¢q
F34 mod U�y I �00_ LUw N CO
��oN �� ae� $�i �4wz K OJU 6
pp <5Qj Lu
Wt5 8 UU Jy O.FC'9K I WZO L`I I w w 0 0
ZJWZZ ��Ww `Z��y � tL W� •-
LLlLNO �Wym UQ I� F �2 WGy I z��, W ❑O
Wx6Zp <a Q�u C<� �y¢�1 OV ��vo to j wU gg
0,cow W j� Ww �, Oz>O I ,,�ZU HTtq Q m2 8
O Hw —z0! O
~a4 g� diYmZOZ g wms I zm 0Ta O w U~ xwy U2 Omz� a
ULL Q OYZ R',tll 1. Jy z J Z Z X83
X w N W S w�i .. z N., ,. w'S.�U I' U o 3 w �1 C W
�aJy Uz aCq,,uw Ho O KWW
ZZ chi z O F-u.
Zoo ��O 4'3U°uQS �Oy O xwv�
;WU W Q OzW m C.)
WOK Z ZWW
Q 0 Q m m
0 3 y z tai ai v
N
1d
3RM]'Rf
i Ism-Maw W� lww� Now—w awlm.~ Now.~ qW.MW~ WN.M.No INUMMr NIMMuslo NWMM� en.009m slwwu� us"Now
LU } / / <
z IL
LL j 2§}
� 7 § ■ | ■ � / \
k� 7a )
§x \(` I U)
ou ! .! z
§ / z
( . §§ %)(
§J u�� 2 \ ;
k 2
_ § §
m ®
( � 0 _ _ - _ _ _ _ - _ — 7 \
CL § w /
z k k Lu E h 2 /
� .
$ )x II II w
° ° > � — — — — � — —
u - - - - - - - -
0� k IL
IN 0
�
� � A \§ - \ .
uj�, m, § C 2 §
§ �¢ (d �
z . §) w }
§ §/ Q e \
. :
E
� � \
\
g CO
22[ / §
)§§ w OA )Z)C) 0 0 §
azu ze �@ 0 Z
W_ �§a ueg e
§E§ b=& J§> - it w
r0 ca §§3 » �
a_w $(§ ono _ �;g § : ||!|
,
\� �� ~ � co § !
§§2 ¥� §
. a« - 0
o NI
-- . .
Q ` §
q
a.
Ln
±
Q
V)
0
§
. 2§
,§o
f
§E
§ §2§
&
(x 27§
w •
\} E k
LU
x
~� u
0
� \ LU
0
u
■
a
~ F-2 L #
/ E m
\w
_ !
B
�
q
. \
k
1111—SS—ddd
. . . . . . . . . . . . . . . . . . . . . .
_ _ _ _ _ � _ � � � _ _ IMMMOO � � � _
c = <
` y C
% ■� | ! | | z
Lj
_ 3
` m °
�y I
/ 0 /
2
< ] \
\
/ /
� - ?
ƒ// . s
i/ »
/#\
� \ 00 \
7 k 0 ® �
z 2 . &
ƒ -ƒ c
CD 2 © � /
¥/ 7 � _
) � �
�@
§k§!»7 )�/ Dt )u U)Z � §/2 7/ .0/ L,k z
LU z |\
¢§)� 222 w§|k; m® w <.!
§�§z§ §s§)°22)k2)j
,2§d§ww4z
; ±■�■ - )
�
W,5
ae
��\§ �
§W
§
` §$W
§ )=b!2
2w§ ����
Imo Ek%2k
/(7
IL
k
IL V
� o
LU
o e
\\ U) .
2� §
^2 \� z
§2a
2 ee
§22 §/
) (
\&J?s /
§ �
CL
a
a �
3 \
k �
�
)
- )
, (
2
—33—ddd §
Gomm _ _ _ . . 9mmomw . . . . . . .. . .
FINAL
PAYMENT
FOLDER
€
1 'w�
N
wr
+' 'a
777,71
1 J can .
x 4 Y6^ 'Y Y 6 4k'C} ��e, )i�}F.ha e
_ #'fit E£ rI d
co
t.
rM
� e � R-s�,a r,a �f���a'a' r•,7 r, �'� y
COW
s won 4 14. 11 it
TOW
_
VON
VA ii
Tiny
Y d
�
Ism
Mir
nova
Yv
{ I
i h +Fe Y
Y 4
t
� 4 p
x iR r4 J � f .
w xF.
qi
LAOS
k "J § A
�F
F 3
nij
NSA
3r�'
'ALL,
r z
C f
is woo
b
v KID
Vill
wig
VMS
b §
R
tr,
f
4"r3�Sy
c`
= r
r
Construction Contract CAG: -D
Project Name: RA
Prime Contractor. DY
Prime Contractor&Subcontractors Date Received I Received
Intent to Pay avit Prevailing Wge es Paid
E'
CITY OF RENTON
City Clerk
Kathy Keolker-Wheeler, Mayor
Bonnie I.Walton
March 1, 2005
Harry Thetford, Jr.
Northwest Cascade,Inc.
PO Box 73399
Puyallup, WA 98373
RE: Lake Washington Blvd. Slip Plane Project; CAG-05-008
Dear Mr. Thetford:
At its regular meeting of February 28, 2005, the Renton City Council accepted your bid for the
above-referenced project in the amount of$440,000.
Please contact Jason Fritzler; Project Manager, for submission of required documents to
complete the contract. These may include proof of City and State business licenses, undated
performance bond, and insurance certificates.
Sincerely,
Michele Neumann
Deputy City Clerk
/mn
cc: Jason Fritzler, Project Manager
Norma Kuhn, Accounting Assistant
Tracy Schuld, Accounting Supervisor
1055 South Grady Way-Renton,Washington 98055-(425)430-6510/FAX(425)430-6516 R E N T O N
®This paper contains 50%recycled material,30%post consumer AHEAD OF THE CURVE
Washington State`
Department of Ry10e
✓. PO Box 47474
^EVZ UE Olympia,WA 98504-7474
278 049 149
Certificate of Payment of State Excise
Taxes by Public Works Contractor
NORTHWEST CASCADE INC CITY OF RENTON
P 0 BOX 73399 ATTN TRACY SCHULD
PUYALLUP WA 98373 0399 1055 S GRADY WAY
RENTON WA 98055
We hereby certify that taxes, increases and penalties due or to become due from the above-named
contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works
contract:
CITY OF RENTON
CAG 05-008 LK WASHINGTON BLVD SLIP PLANE PROD
together with all other taxes, increases and penalties due from such contractor, have been paid in full or that
they are, in the Department's opinion, readily collectible without recourse to the state's lien on the retained
percentage.
This certificate is issued pursuant to the provision of Chapter 60.28 Revised Code of Washington for the
sole purpose of informing the state, county, or municipal officer charged with the duty of disbursing or
authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases
the state's lien on the retained percentage provided by this Chapter for excise taxes due from said contractor.
This certificate does not release said contractor from liability for additional tax that may be later
determined to be due with respect to the above-mentioned contract or other activities.
Dated_ 0 at Olympia, Washington,
State of Washington
Depart ent of Revenue
Certifying Of icer
To inquire about the availability of this document in an alternate format for the visually impaired or in a language other than English,please call(360)486-2342.
'M users may call 1-800-451-7985.
REV 310028(10-01-02)ROUTING:DEing Officer ontractor,File,Special File
y
�d � � � z � n o C7 � C7 •.�- � S
Amw
o o
o
° CD o b
{'
roCD
Sr gn
CD CD cn
y b 1- 1� g aw CD v
'f d > b �
SCD.� � n o o COD d s v
o 00
C,
C<D
° G
H J p oOo c o C �. O
CD
° O a, y M � � `c DSO i o:d
y
�'d c CD a � � ° o �
O Gr. fl
0 (OD C, R D O O CD Ci r
o •CD, ,o C7 . 1''. l7 Cri "' ° coo —
`
60
0 ID
o' acc� moo' ►, (-D
� C' o' fD a' °
o
CD W CD COD 6
o• °° 'd +, w
CD
bN9 O �''. O�
. A. � p
v 1 " A. 0
CnD o CD ( � n A ID o � Cwa C D o 0
cD O oo OD
0 * 0 m 0
J
V
RD O o O s* °o a. CD b
b CD u � ° 0 n
t
RD 0 CD
CD no o
O N H nn C ►C a J Ca
CD !� y Nb O > R Lo,
O
v� CD O
O b y W N M d 0 n CD r
SD
0
s
A
w.r+ No
`l
Employment Security Department
RECEIVED
WASHINGTON STATE A3 2-00 5
PO Box 9046 • Olympia,WA 98507-9046
City of Renton
Accounts Payable
CONTRACTOR: Northwest Cascade Inc. ) CERTIFICATE OF
P.O.Box 73399 ) PAYMENT OF CONTRIBUTIONS
Puyallup,WA 98374 ) PENALTIES AND INTEREST ON
PUBLIC WORKS CONTRACT
ES Reference No. 307161-000
TO: City of Renton-Attn:Tracy Schuld
1055 S Grady Way
Renton,WA 98055
The Employment Security Department hereby certifies that contributions,penalties and interest
due from the above named contractor under the Employment Security Act have been paid in full or
provided for with respect to the following public works contract:
CAG 05-008
The Employment Security Department hereby certifies that it has no claim pursuant to RCW
50.24.130 against the public body named above for tax attributable to service performed for said public
body by the above named contractor on the above described contract. The Employment Security
Department releases its lien on the retained percentage which is provided by RCW 60.28.040 for
contributions,penalties and interest due from said contractor.
This certificate does not release said contractor from liability for additional contributions,
penalties and interest which may be later determined to be due with respect to the above mentioned
contract.
Dated at Olympia, Washington on August 3, 2005.
COMMISSIONER
EMPLOYMENT SECURITY DEPARTMENT
B,4'-O(A h rized Representative)
Original—Disbursing Officer
Duplicate—Employer
Triplicate—Central Office Files
EMS 8449 760 R3-98
State of Washington
Department of Revenue fir►
�� PO Box 47474
REVENUE Olympia WA 98504-7474 Contractor's Registration No. (UBI No.) 278 049 149
Date 8/l/05
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From:
Name&Address of Public Agency Department Use Only
City of Renton Assigned To
Attn: Tracy Schuld
1055 S Grady Way
Renton, WA 98055 Date Assigned
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
Lake Washington Blvd Slip Plane Project CAG 05-008
Contractor's Name Telephone Number
Northwest Cascade 253-848-2371
Contractor's Address
PO Box 73399, 10412 John Bananola Way E, Puyallup, WA 98374
Date Work Commenced Date Work Completed Date Work Accepted
4/18/05 6/6/05 7/18/05
Surety or Bonding Company
Safeco Care of Bratrud Middleton
Agent's Address
Karen Swanson, PO Box 2940 Tacoma, WA 98401
Contract Amount $ 440,000.00
Additions $ + 7,686.46 Liquidated Damages $
Reductions $ —
Sub-Total $ 447,686.46 Amount Disbursed $ 425,302.14
Amount of Sales Tax Paid at 8.8 % $ 0.00 Amount Retained $ 22,384.32
(!f various rates apply,please send a breakdown.)
TOTAL $ 447,686.46 TOTAL $ 447,686.46
Diislyursi Officer
Comments:
Signature la W4�C,
Type or Print Name Tracy S41ild
Phone Number 425.430.6918
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504-7474, immediately after acceptance of the work done under this contract.NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired,please call(360)753-3217. Teletype
(TTY)users please call (800)451-7985.You may also access tax information on our Internet home page at http://dor.wa.gov.
REV 31 0020e(6-27-01)
CONCUR `
%Moe *140, QATE I
CITY OF RENTON COUNCIL AGENDA BILL "T Tf
AI#: E
9
Submitting Data: Planning/Building/Public Works Dept. For Agenda of: Aupailt 1,1 N05
Dept/Div/Board.. Transportation Systems Division
Staff Contact...... Jason Fritzler, ext. 7243 Agenda Status:
Consent..............44k -
Public Hearing..
Subject:
Final Payment Correspondence.....
Lake Washington Boulevard Slip Plane Project Ordinance...........
Northwest Cascade (CAG 05-008) Resolution...........
Old Business........
Exhibits: New Business.......
Study Sessions......
Final Pay Estimate Information.........
Notice of Completion Other................
Interlocal
Recommended Action: Approvals:
Legal Dept..........
Council Concur Finance Dept.......
Fiscal Impact: /
Expenditure Required.. $121,837.47 Final Pay Est. Transfer/Amendment....
Amount Budgeted... Revenue Generated.....
Total Project Budget.. $640,000.00✓ City Share Total Project...
Summary of Action:
The Lake Washington Boulevard Slip Plane Project began on April 18, 2005, and was completed on June
6, 2005. The original contract amount was$440,000.00 with the final contract amount being$447,686.46
including the adjusted quantities, unit prices, and change orders. The increase in the final contract balance
was due to change order#2 for$900.00 and adjusted quantities/unit prices totaling $6,786.46.
Staff Recommendations:
Approve completion of the project and release retainage for the full project in the amount of$22,384.32
after sixty (60) days, subject to the required authorization.
H:\Division.s\TRANSPOR.TAT\DESIGN.ENGVASON\Projects\Lake Washington Boulevard Slide\City Correspondence\LWB Retainage Agenda Bill.doc
i
TO: FINANCE DIRECTOR DATE. 6/28/2005
FROM: TRANSPORTATION SYSTEMS DIRECTOR
CONTRACTOR: Northwest Cascade
CONTRACT NO. CAG 05-008 ESTIMATE NO. 3(Final)
PROJECT: Lake Washington Boulevard Slip Plane
1. CONTRACTOR EARNINGS THIS ESTIMATE $ 121,837.47
2. SALES TAX @ 8.80%
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 121,837.47
4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 309,556.54
5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 115,745.60
6. SUBTOTAL-CONTRACTOR PAYMENTS $ 425,302.14
7. RETAINAGE ON PREVIOUS EARNINGS $ 16,292.45,
8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 6,091.87
9. SUBTOTAL-RETAINAGE $ 22,384.32
10. SALES TAX PREVIOUSLY PAID
11. SALES TAX DUE THIS ESTIMATE $ -
12. SUBTOTAL-SALES TAX $ -
* (9595z[dNE1)
**(RETAINAGE:5%) GRAND TOTAL: $ 447,686.46
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR(Lines 5 and 11): $ 115,745.60 Oj//
ACCOUNT 317.012302.0165950.0030.67/25547/5354
RETAINED AMOUNT(Line 8): $ _6,091-81 PI/
I/
ACCOUNT 317.012302.0165950.0030.67/25547/5354
TOTAL THIS ESTIMATE: $ 121,837.47
CHARTER 116,LAWS OF 1%5
CITY OF RENTON CERTIFICATION
I.THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY Of
PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THI
SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBE[
IAN.AND THAT THE CLAIM20t JUST.DUE AND UNPAII
OBLIGATION AGAINSTTHE F RINTON,AND THAT I AIv
AUTHORIZED TO A CA AND CE TO SAID CLABv
SIGNED:
AV
{ . w
Z R
�y �lyy �y Nl� M�y I.� ♦♦ Y S
A- III Jill I __JJ
p N • W N � O O q V p YI + W N + O O O V p N J. W N r
IL
i
p �
Q yy yy H R a y
a N N M N
5 >
,O w O V O V V O V O V O 01 ♦ N N N N O S O O � O O o O
N aN M N N N M N N M M M M M N M N N N N N N N N N N N N M N
S $ 8 $ 8 $ $ 8 $ $ $ $ $ 8 as 8 $ S $ 8 8 $ 8 8 8 $ 8 $ 8
o e o 0 o g o 0 0 0
8 $ 8 $ $ 8 H 8 9 $
ae N M
yy N M N N M N N M N N N N M N N N N N N N N M N N N M N N
4 � N ♦ O
N N N N d
M M N N N N N N N N M N N N M M M N N N N M N N M N N M yy
r � r
$ $ $ $ $ $ 8 $ $ $ 8 $ 8 8 $ $ $ $ $ $ $ $ f
N N N N M N N N N N N N N N N N N . . N N N N N N N N N N N N N
N !n A O
$ $ 8
x
Affidavit of Wages Paid Page 1 of 2
- *✓
;;,<;: Prevailing Wage Section
" `` Affidavit of Wages Pad of Labor&
�.. ..`} Department
9 i PO Box 44540
ae
Olympia, WA 98504-4540
Received: Affidavit Id: Status:
06/22/2005 69174 Approved on 06/22/2005
COMPANY
Company NORTHWEST CASCADE INC
Information: NORTHC1148BG
278 049 149
I:icQnse_Fiis;orv. PO BOX 73399
Search for Industrial PUYALLUP, WA 983730399
insurance Premium Status(253) 848-2371
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City: Renton
Project Name: Lake Washington Slip Plane
Contract Number: CAG-05-008
Date Intent Filed: 03/11/2005
Bid Due Date: 02/22/2005
Award Date: 03/01/2005
Date Work 06/08/2005
Completed:
Prime Contractor: NORTHWEST CASCADE INC
NORTHCH 48BG
(253) 848-2371
Did Your Company
Hire
Subcontractors To
Perform All Work? No
Did Your Company
Hire Any
Subcontractors? Yes
$Amount: $440,000.00
Number of 0
Owners:
Filed by: Bonnie C Melvin
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage FringeWo Ho
KING LABORERS GENERAL LABORER $24.84 $7.77 7 696
POWER EQUIPMENT BACKHOE, EXCAVATOR,
https://wws2.wa.gov/lni/pwiapub/AffidavitPrint.asp?ID=69174 7/6/2005
Statement of Intent to Pay Prevailing Wages `
Page 1 of 1
14 2005
Transportation Systems Div, Prevailing Wage Section
Department of Labor&
Statement of Intent to Pay Industries
Prevailing Wage PO Box 44540
P Olympia, WA 98504-4540
(360) 902-5335
Received: Intent Id: Status:
03/11/2005 67804 Approved on 03/11/2005
COMPANY
Company NORTHWEST CASCADE INC
Information: NORTHC1148BG
278049149
t icense Historry PO BOX 73399
Search for Industrial PUYALLUP, WA 983730399
Insurance Premium status(253)848-2371
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City: RENTON
Project Name: LAKE WASHINGTON SLIP PLANE
Contract Number: CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Prime Contractor: NORTHWEST CASCADE INC
NORTHC1148BG
(253)848-2371
Does Your
Company Intend
To Hire
Subcontractors To
Perform All Work? No
Does Your
Company Intend
To Hire Any
Subcontractors? No
Apprentices? No
$Amount: $440,000.00 Time and Materials No
Number of Owners
Filed by. BONNIE CAROL MELVIN
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe #
Workers
KING LABORERS GENERAL LABORER $24.84 $7.77 2
KING POWER EQUIPMENT BACKHOE, EXCAVATOR, $29.63 $10.25 1
OPERATORS SHOVEL (3 YD & UNDER)
https://wws2.wa.gov/lni/pwiapub/IntentPrint.asp?ID=67804 4/12/2005
Affidavit of Wages Paid Page 1 of 2
Prevailing Wage Section
�`� Department of Labor&
- _ Affidavit of Wages Paid Industries
3 PO Box 44540
Olympia,WA 98504-4540
Received. Affidavit/d: EC Status:
05/26/2005 67094 JUN -2 2005 Approved on 05/26/2005
COMPANYTransportation Systems Div
Company VERSATILE DRILLING CONTRS INC
Information: VERSADC158CH
600 556 269
License History PO BOX 80287
Search for industrial SEATTLE, WA 98108
Insurance Premium Status(206) 763-9776
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency. RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County. KING Multiple Counties?No
City. Renton
Project Name: Lake Washington Blvd -Slip Plane
Contract Number: CAG-05-008
Date Intent Filed: 04/11/2005
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Date Work 05/06/2005
Completed.
Prime Contractor. NORTHWEST CASCADE INC
NORTHC1148BG
(253) 848-2371
Did Your Company
Hire
Subcontractors To
Perform All Work?No
Did Your Company
Hire Any
Subcontractors? No
$Amount. $100,200.00
Number of 1
Owners:
Filed by. John C Marth
EMPLOYEES WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage FringeWo Ho
KING LABORERS GENERAL LABORER $24.84 $7.77 3 223.
POWER EQUIPMENT
https://wws2.wa.gov/lni/pwiapub/AffidavitPrint.asp?ID=67094 5/26/2005
Affidavit of Wages Paid Page 2 of 2
KING JOPERATORS IDRILLING MACHINE 1 $29.631 $10.251 2 12121
Apprentice Trades/Occupations
https://wws2.wa.gov/lni/pwiapub/AffidavitPrint.asp?ID=67094 5/26/2005
Statement of Intent to Pay Prevailing Wages Page 1 of 1
**Awl
Prevailing Wage Section
Department of Labor&
Statement of Intent to Pay Industries
II
�� Prevailing Wage PO Box 44540
t t Olympia,WA 98504-4540
(360) 902-5335
Received: Intent Status:
04/11/2005 7063814 RE-CE-1V ED- Approved on 04/11/2005
COMPANY APR 1 2
Company VERSATILE DRILLING CONTRS IN 4 Transportation Systems Div.
Information: VERSADC158CH
600 556 269
License HisttM PO BOX 80287
Search for Industrial SEATTLE, WA 98108
Insurance Premium Status(206)763-9776
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties? No
City. Renton
Project Name: Lake Washington Blvd Slip Plane
Contract Number: CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Prime Contractor. NORTHWEST CASCADE INC
NORTHC1148BG
(253)848-2371
Does Your
Company Intend
To Hire
Subcontractors To
Perform All Work? No
Does Your
Company Intend
To Hire Any
Subcontractors? No
Apprentices? No
$Amount. $100,200.00 Time and Materials No
Number of Owners
Filed by. John C Marth
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe #
Workers
KING LABORERS GENERAL LABORER $24.84 $7.77 2
KING POWER EQUIPMENT DRILLING MACHINE $29.63 $10.25 3
OPERATORS
https://wws2.wa.gov/lni/pwiapub/IntentPrint.asp?ID=70638 4/12/2005
CEiVED Contryor and Subcontractor or
�L Washington State APR 14 2005 Lower Tier Subcontractor
A Department of Trans rtation Certification for Federal-Aid Projects
Trans' PgWq iRVdt h. ubcontractor or Lower Tier Subcontractor on all Federal-Aid projects)
Contract Number Federal-Aid Number State Route Number
CAG #05-008 -
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
provision entitled'Required Federal-Aid Provisions",the'Required Contract Provisions
Federal-Aid Construction Contracts (FHWA 1273)",and the minimum wage rates.
I certify the above statement to be true and correct.
Company ,
By Date L4 i f ��
Title
Contractor Certification
To be completed and signed by the contractor
1. J A written agreement has been executed between my firm and the above subcontractor.
2• F A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
All documents required by the special provision entitled'Required Federal-Aid Provisions"are included in the agreement for
(1)or(2) marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company Northwest Cascade, Inc.
By — Date
Title Project Manager
DOT Form 420-004 EF
Revised 10/94
Affidavit of Wages Paid Page 1 of 2
Prevailing Wage Section
Department of Labor&
Affidavit of Wages s Pald
Industries
:. PO Box 44540
Olympia, WA 98504-4540
Received: Affidavit Id: Status:
07/01/2005 70310 Approved on 07/01/2005
COMPANY
Company APPLY A LINE INC
Information: APPLYI"161 RU
600 553 941
tic nse-Hisi ly 879,987-00
106 FRONTAGE RD N
Industrial.Insurance
Premium Status PACIFIC, WA 98047
(253) 735-3232
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S G RADY WAY
RENTON, WA 98055
County. KING Multiple Counties?No
City: Renton
Project Name: Lake Washington Slip Lane
Contract Number: #CAG-05-008
Date Intent Filed: 04/05/2005
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Date Work 06/10/2005
Completed:
Prime Contractor: NORTHWEST CASCADE INC
NORTHCH 48BG
(253) 848-2371
Did Your Company
Hire
Subcontractors To
Perform All Work? No
Did Your Company
Hire Any
Subcontractors? No
$Amount: $1,840.00
Number of 0
Owners:
Filed by. ROCHELLE L FLINCHBAUGH
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe Wo Ho
KING TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $26.20 $10.20 1 6.5
https://wws2.wa.gov/lni/pwiapub/AffidavitPrint.asp?ID=70310 7/7/2005
Statement of Intent to Pay Prevail;- Wages Page 1 of 1
Prevailing Wage Section
Department of Labor&
. Statement of Intent to Pay Industries
Prevailing Wage PO Box 44540
Olympia,WA 985044540
(360)902-5335
Received. Intent Id. RECEIVED Status:
04/05/2005 70149 Approved on 04/05/2005
COMPANY Transporation Sys?ems Div.
Company APPLY A LINE INC
Information: APPLYI*161 RU
600 553 941
879,987-00
106 FRONTAGE RD N
PACIFIC,WA 98047
(253)735-3232
Payment Type: Electronic
Company Signature: Electronic
PROJECT
Public Agency: RENTON,CITY OF
1055 S GRADY WAY
RENTON,WA 98055
County: KING Multiple Counties?No
City: Renton
Project Name: Lake Washington Slip Lane
Contract Number: #CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Prime Contractor: NORTHWEST CASCADE INC
NORTHCI148BG
(253)848-2371
Does Your Company
Intend To Hire No
Subcontractors To
Perform All Work?
Does Your Company
Intend To Hire Any No
Subcontractors?
Apprentices? Yes
$Amount: $1,070.00 Time and Materials No
Number of Owners 0
Filed by: ROCHELLE L FLINCHBAUGH
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe #
Workers
KING TRAFFIC CONTROL JOURNEY LEVEL $25.50 $9.40 1
STRIPERS
KING TRAFFIC CONTROL JOURNEY LEVEL $22.50 $9.40 1
STRIPERS
https://transact.wa.gov/LNI-PWIA/Intent/IntentPrint.asp?ID=70149 4/5/2005
RECEIVED
�• APR 14 2005 Contr..tor and Subcontractor or
Washington State Lower Tier Subcontractor
Department of Transport * p,rt
MAP atcn SyS:ems Div. Certification for Federal-Aid Projects
equired for each Subcontractor or Lower Tier Subcontractor on all Federal-Aid projects)
Contract Number Federal-Aid Number State Route Number
CAG #05-008 N/A
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
provision entitled"Required Federal-Aid Provisions",the"Required Contract Provisions
Federal-Aid Construction Contracts(FHWA 1273)", and the minimum wage rates.
I certify the above statement to be true and correct.
Company Apply-A-Line, Inc.
ha s Date 4-5-05
Title President
Contractor Certification
To be completed and signed by the contractor
1. A written agreement has been executed between my firm and the above subcontractor.
2 i-
_� A written agreement has been executed between(the subcontractor)
and the above lower tier subcontractor.
All documents required by the special provision entitled'Required Federal-Aid Provisions"are included in the agreement for
(1)or(2)marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company Northwest Cascade, Inc.
By --- -- =--��L ---- Date
Title oject Manage
DOT Form 420-004 EF
Revised 10/94
Affidavit of Wages Paid Page I of 2
Prevailing Wage Section
...... ....... . ....:
Department of Labor&
Affidavit of Wages Paid Industries
PO Box 44540
Olympia, WA 98504-4540
Received: Affidavit ld: Status:
06/13/2005 68292 Approved on 06/13/2005
COMPANY
Company A A ASPHALTING INC
Information: AAASPI'223DF
600 272 440
Li nse_History. 389,219-00
2518 E VALLEY HWY
Industrial Insurance SUMNER, WA 98390
Premium SFatus
(253) 939-0214
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S G RADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City: Renton
Project Name: Lake Washington Slip Plane
Contract Number: CAG-05-008
Date Intent Filed: 04/26/2005
Bid Due Date: 02/22/2005
Award Date: 03/02/2005
Date Work 06/09/2005
Completed:
Prime Contractor: A A ASPHALTING INC
AAASPI`223DF
(253) 939-0214
Did Your Company
Hire
Subcontractors To
Perform All Work?No
Did Your Company
Hire Any
Subcontractors? No
$Amount: $8,557.35
Number of 0
Owners:
Filed by: Pam Jewett
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage FringeWo Ho
KING LABORERS ASPHALT RAKER $27.34 $5.75 1 5
KING LABORERS GENERAL LABORER $26.86 $5.75 2 10
https:H wws2.wa.gov/lni/pwiapuh/At'fidavitPrint.asp?ID=68292 7/12/2005
`rr
i Statement of Intent to Pay Pre "iling Wages Page 1 of 2
Prevailing Wage Section
Statement P Department of Labor&
a ement of Intent to ay Industries
:.....................:........
Prevailing Wage PO Box 44540
Olympia,WA 98504-4540
(360)902-5335
Received: Intent Id: Status:
04/26/2005 72301 Approved on 04/26/2005
............
COMPANY
Cofi y A A ASPHALTING INC
Information: AAASPI*223DF
600 272 440
License Histav 389,219-00
2518 E VALLEY HWY
inPremial Insurance SUMNER, WA 98390
Premium.Stars
(253) 939-0214
Payment Type: Electronic
Company Electronic
Signature:
..............................::,::
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON,WA 98055
County: KING Multiple Counties?No
City: Renton
Project Name: Lake Washington Slip Plane
Contract Number: CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/09/2005
Prime Contractor: NORTHWEST CASCADE INC
NORTHC1148BG
(253) 848-2371
Does Your
Company Intend
To Hire
Subcontractors To
Perform All Work?No
Does Your
Company Intend
To Hire Any
Subcontractors? No
Apprentices? No
$Amount: $7,120.00 Time and Materials No
Number of Owners
Filed by: PAMELA JEWETT
.................................................
EMPLOYEES' WAGES
Journey Level TradeslOccupations
County Trade Occupation Wage Fringe #
Workers
KING LABORERS ASPHALT RAKER $27.34 $5.75 1
KING LABORERS GENERAL LABORER $26.86 $5.75 2
POWER EQUIPMENT 1BACKHOES, (75 HP &
h s: 2.w v 301. 4/26/2005 PDF c i
Lj*,.,ePR l:tl'l tU
14 2005 Contra or and Subcontractor or
MAPWashington State ower Tier Subcontractor
Department of Transp ato�systems �. Certification for Federal-Aid Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all Federal-Aid projects)
Contract Number i Federal-Aid Number State Route Number
CAG#05-008 N/A
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
Provision entitled"Required Federal-Aid Provisions",the"Required Contract Provisions
Federal-Aid Construction Contracts (FHWA 1273)", and the minimum wage rates.
I certify the above statement to be true and correct.
Company A A 5„X 3�14!? //1 G_
BY ,� Date 44L
Title
Contractor Certification
To be completed and signed by the contractor
1. ❑ A written agreement has been executed between my firm and the above subcontractor.
2. ❑ A written agreement has been executed between(the subcontractor)
and the above lower tier subcontractor.
All documents required by the special provision entitled'Required Federal-Aid Provisions"are included in the agreement for
(1)or(2) marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company Northwest Cascade, Inc.
BY Date --
Title roject Manage f
DOT Form 420-004 EF
Revised 10/94
Affidavit of Wages Paid Page 1 of 2
1*.. 1"W
f s Prevailing Wage Section
Department of Labor&
Affidavit of Wages Paid Industries
PO Box 44540
Olympia, WA 98504-4540
Received: Affidavit Id: Status:
06/15/2005 68627 Approved on 06/15/2005
COMPANY
Company Meriwether Leachman Assoc., Inc.
Information: 0
179 021 649
I,i�Qnse_......v_ 248,303-00
11800 NE 160TH ST
industrial Insurance Bothell, WA 98011
PrOnTUTi Status
(425) 488-4800 x21
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S G RADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City: RENTON
Project Name: LAKE WASHINGTON BLVD SLIP PLANE
Contract Number: CAG-05-008
Date Intent Filed: 04/05/2005
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Date Work 04/20/2005
Completed:
Prime Contractor: NORTHWEST CASCADE INC
NORTHC1148BG
(253) 848-2371
Did Your Company
Hire
Subcontractors To
Perform All Work?No
Did Your Company
Hire Any
Subcontractors? No
$Amount: $3,550.00
Number of 0
Owners:
Filed by: Eileen Hamel
EMPLOYEES' WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe Wo Ho
KING SURVEYORS CHAIN PERSON $16.75 $0.00 1 1 12.5
KING SURVEYORS PARTY CHIEF $23.50 $0.001 1 12.5
https:H wws2.wa.govA ni/pwiapub/AffidavitPrint.asp?ID=68627 6/21/2005
Statement of Intent to Pay Prevailing Wages Page 1 of 1
Prevailing Wage Section
Department of Labor&
Statement of Intent to Pay Industries
Prevailing Wage PO Box 44540
w Olympia, WA 98504-4540
-- ECEIVEQ (360) 902-5335
Received. Intent Id: Status:
04/05/2005 70186 APR 14 2005 Approved on 04/05/2005
COMPANYTransportation systems Div.
Company Meriwether Leachman Assoc., Inc. y
Information: 0
179 021 649
License History 248,303-00
11800 NE 160TH ST
Industrial Insurance
Premium Status Bothell WA 98011
(425)488-4800 x21
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF '
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City. RENTON
Project Name: LAKE WASHINGTON SLIP PLANE
Contract Number. CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Prime Contractor. NORTHWEST CASCADE INC
NORTHC1148BG
(253)848-2371
Does Your
Company Intend
To Hire
Subcontractors To
Perform All Work? No
Does Your
Company Intend
To Hire Any
Subcontractors? No
Apprentices? No
$Amount: $3,550.00 Time and Materials No
Number of Owners
Filed by. Eileen Hamel
EMPLOYEES WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage Fringe #
Workers
KING SURVEYORS CHAIN PERSON $9.35 $0.00 1
KING SURVEYORS PARTY CHIEF $13.40 $0.00 1
https://wws2.wa.gov/lni/pwiapub/IntentPrint.asp?ID=70186 4/12/2005
Affidavit of Wages Paid Page 1 of 2
'r ' <:
:
Prevailing W
age Section
Department of Labor&
Affidavit of W ag e s Paid Industries
PO Box 44540
Olympia, WA 98504-4540
Received: Affidavit ld: Status:
06/22/2005 69267 Approved on 06/22/2005
COMPANY
Company PETERSEN BROTHERS INC
Information: PETERB1187NZ
600 072 474
i._ic°nse_History. 190,856-00
2008 E VALLEY HWY
Industrial Insurance SUMNER, WA 98390
Premium Siatu..
(253) 863-8136
Payment Type: Electronic
Company Electronic
Signature:
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties?No
City. Renton
Project Name: Lk Washington Slip Plane
Contract Number: CAG-05-008
Date Intent Filed: 04/04/2005
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Date Work 06/10/2005
Completed:
Prime Contractor: NORTHWEST CASCADE INC
NORTHC1148BG
(253) 848-2371
Did Your Company
Hire
Subcontractors To
Perform All Work? No
Did Your Company
Hire Any
Subcontractors? No
$Amount: $6,890.00
Number of 0
Owners:
Filed by. Kim Knox
EMPLOYEES WAGES
Journey Level Trades/Occupations
County Trade Occupation Wage FringeWo Ho
KING LABORERS GENERAL LABORER $24.96 $7.70 2 13.5
POWER EQUIPMENT POSTHOLE DIGGER,
https://wws2.wa.gov/ini/pwiapub/AffidavitPrint.asp?ID=69267 7/12/2005
Statement of Intent to Pay Prevail' ,Q Wages Page 1 of 1
Prevailing Wage Section
Department of Labor&
............Q.. Statement of Intent to Pay Industries
;' Prevailing Wage PO Box 44540
Olympia, WA 98504-4540
(360) 902-5335
Received: Intent Id: Status:
04/04/2005 70074 Approved on 04/04/2005
.................._........_..._ .............................._........................................__......._.................._.._..........._........................_................................__............._....._........
COMPANY
Company PETERSEN BROTHERS INC
Information: PETERB1187NZ
600 072 474
190,856-00
�b 6c
2008 E VALLEY HWY
SUMNER, WA 98390
(253)863-8136 See
Payment Type: Electronic
Company Electronic =ha
Signature:
..................................... .............................
PROJECT
Public Agency: RENTON, CITY OF
1055 S GRADY WAY
RENTON, WA 98055
County: KING Multiple Counties? No
City: Renton
Project Name: Lk Washington Slip Plane
Contract Number: CAG-05-008
Bid Due Date: 02/22/2005
Award Date: 03/11/2005
Prime Contractor: NORTHWEST CASCADE INC
NORTHC1148BG
(253) 848-2371
Does Your
Company Intend
To Hire No
Subcontractors To
Perform All Work?
Does Your
Company Intend No
To Hire Any
Subcontractors?
Apprentices? No
$Amount: $6,890.00 Time and Materials No
Number of Owners 0
Filed by: Kim Knox
....................................................................................--......................................................................................................................_...............
._........_...._.
EMPL O YEES' WA GES
Journe Level Trades/Occupations
County Trade Occupation Wage Fringe #
Workers
KING LABORERS GENERAL LABORER $24.96 $7.70 2
KING POWER EQUIPMENT POSTHOLE DIGGER, $27.01 $10.25 1
OPERATORS MECHANICAL
https://wws2.wa.govAni/pwia/Intent/IntentPrint.asp?ID=70074 4/5/2005
Contror and Subcontractor or
� Washington State Lower Tier Subcontractor
CIA Department of Transportation Certification for Federal-Aid Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all Federal-Aid projects)
Contract Number i Federal-Aid Number State Route Number
CAG #05-008 N/A
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
provision entitled"Required Federal-Aid Provisions",the"Required Contract Provisions
Federal-Aid Construction Contracts(FHWA 1273)", and the minimum wage rates.
I certify the above statement to be true and correct.
Company PETERSEN BROTHERS, INC.
By Date 4-5-05
ROBYNYS. DeLORM
Title VICE PRESIDENT
Contractor Certification
To be completed and signed by the contractor
1. E] A written agreement has been executed between my firm and the above subcontractor.
2. ❑ A written agreement has been executed between(the subcontractor)
and the above lower tier subcontractor.
All documents required by the special provision entitled"Required Federal-Aid Provisions"are included in the agreement for
(1)or(2) marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company Northwest Cascade, Inc.
By ' aJ '— Date --
Title ject Ma r ff t
DOT Form 420-004 EF
Revised 10/94
*✓ �r
z 0 '
U, A o, 2 cn c' m r cn a ° o (D
A (n w 0 w 0 o N w y n F O N ? J
w r Gn r cn �c O) x cn p) N (� CD
(n m O
rn or c, m .7. O. A A n N d m
m o N o o> m 6 m oT N o -A
0
w ° CO `� rn m con m ° °_' { () (D
m N - .c w o u, 3 m m v Q
n a m # o °� N
> >
Oc`A n
.7D p N y�m+O��a m � -� Q-
0 y
c o c °w c S O n n D (D
c cn n f
e �z3 uu° f) s jd c_',y r fo cn o m CL 16<
DDQ DNS D��
m m m s m n N f y y 0
0 to
w°b0 I° a Z ,<j
o O N N a N w
O N
�c
G
D
O O A O O A O A O O A O O m O M O overtime W
G) -i G) i G) i G) -A 0 -i G) -4 G) -i G) -i G) 1 G) -4 G) 1 or re ular co
o n
(n Ln
Cn �
0
x
rn 0 N �°
o c Q
c
V ai p n
G
CL co a to
CD co ° o
m
U) cn U7 Ln (h Cn BY CO m
fV
CL
v
O
J ti
j D g n w
o oD a y 3 r m c.
OOOOOOOOOOUI . O V) OU10 rnOUI N � N
E - D N z
CL v
< z a
fD 3 7 N p
N N N N N W O 9 ro N (n
rn O O V O = _
OD OD OD Oo w �1 v'
O) (O I (O A (DI I W
< w
a
3 O
R° CD
0 m
o m
A A O t0 Q1 W a V) V
W
w OW A ? V to N
T_
dl fA fA fA 69 ER
0
O O O D
N N A A A V
V V w W Of 00 1
U)
in (A 69 d) (A fR N O c
X 3
O O N N O W -fin' Q
N N Ut O O a n C7
O
_ 7 Q
O) OI 9) 9) O) m c
O_
W W
V A w
_ D
V O O V
W W m V A W En m m n v
0p CD D D
N z O U,
(A EA yr UD (D O o
(O f0 m
O O (D N W
V V m m m N
O O V V W N
O N N U
r..
_ 4
A W N
C.._ S N I s J D O O O
CD m N m °-� °-� a °Z' 9 m g 0 3 i
ro f n 3 v d
CD 0(D 2` CD'< c m°° " v eo o 0 3 °o mac ?
CL CD
2 D 7 rn v m -'- m °
CD m ¢ _
Q
N 10 O CD CD sl a m 5 d a $ 2 c
((D d 3 a m ji 2 m
N d Q d $ O A
O Q N O J N W r N O
°< °' 0 o m 47 cn
m v 0 n v C 3 ° f9
A ly
3 mm
N 3 i 2 ° _ O
=r 6
3 CL
O c n m ^ 3 o m 0 O
0
CD o Oa
m a
M N o N A d U v w CD _�
EA 69 69 69 CD Z C L ° 0 a `-° ° Ga y
N N 7 CD A 0 m o m w° N L 'O
m by x N
-! V 6 N T1 ` a =m' CD O O
Ul Ul W = ^ 93 in R m y 9 o C
C_ n
CD O :-►
ji ry n 'O O m N CD 1
d . B d _3 O
S d N D
o m 3 0$ � f. D p O0
W N N l CD R °_ '� " m CDn Q 7C
A OD QO u$l y
v
N Ul Ut m
m
n O
ry
O O O O C
O 1 V CO
A Z. A O n n $
m o
m 'a
m - nv 'a
0
� Q a
� o �
N
a al $ Q
3 n
3 o
E» 69 V) .609 -1 0 3 D
�I Clt U1 O O w n i �
O Ul Ul O a
y
o ° ° 0)p 3 fDa�
0 rn � w0 ws
Wv wo P. 0) COa� oaa) co CD <'' � m w OU0X�J
(n fn (n , (n (n (n ccn �. (n m iv' m
rl � � � 2 °) -0 � °) n � ° n � ^' � � day c°n o m CD ID
co DC�o
NNE � CD� -4 O y `< co a,<CD CD r-n CD CD N l< -4 m -< CL �(D 0
N0 p -' � 0 No O ~' 0) (OD0 a. w Co A �o
O
CD = m Qo
m D n D Ln CO
Ln 6 CD CL
(n " (n (n N CO CO � (n ;U1 CO V CO CO -V (n -0, A Cn ai o n O 3.
N � � N N N O CND O -06 a) C) C4 CD aOj CO 0 G7 w C co N CD
"spa
CD to N(Q O , O (p CD O (D col pi D
Can Z.� = N O O V 0 ' C1 C W N (D (n •a
171- Z- O Z- — ti 0 CD CD o - 0 - n drm
DDS D ( • > - 0 -Noo � � � CD D � 0 a z z �p.� y
j° o `� OD a�oa° a D � D <co D - o OtOD 0 m �a3 m
�.
C) CD C.0 Cfl � cn OOD � 0 y m
B CD cn s C �: OD rZ 0 77 00 m (� �>
CD 0
/�
N O
N mCD O !TA ♦ i v C
C=
O O m O O ;o O ;u O 77 O O.T or Rep. v
O 1 G) -i G) 1 O 1 O 1 O 1 G7 1
[n rn
v C
7
V1 W W = 3 T
CA O CT O c O° 0
v D c (D
ID c
o fD v a'
n n
O O
O O m o m m= Si 7 3
O O n a n m i
v �p
c - -u O O
v N Ln
Ln A -+
N :
cn
W n O m
r
o o
CA ' ' O W O o N 3 m x CD
z
z CL J °'
rn v rn s w (n v W m 3 y
O CA O -4 (n Vt N) (n O y o_
o O O CT W O O Cl o 0 Z CD
m =r o
co N W m N
C) m
O r <
O v co
0
O v a ° a
CM o y (n ? cn
3
CD a
0
v
T CD d m
3
D 4y1 O
0
O �
3 0
t m = W m
O W A 41 7 0
X m
m n O ? _ v
CD
h T
0
O ch
y o D Er ° rn
CD `+
W 0 ■
a OD D 0
i O °, w > z
5 ' O 0) 00 (mn--1 O) co O
� r
r
NW CASCADE '
MAY 0 6 2005
RECEIVED
w
-NO x M
STATEMENT OF NON-PERFORMANCE 0
N
m
N
O
O1 C.n
PAYROLL NUMBER: 04 / 30 / 05 DATE: May 5, 2005
NAME OF SUBCONTRACTOR: Meriwether Leachman Associates, Inc.
I do hereby confirm that no person(s) were employed on the construction of the
PROJECT NAME: Lake Washington Boulevard Slip Plane
PROJECT NUMBER: CAG #05-008
During the period commencing on the 24th Day of April , 2005
and ending on the 30th Day of April , 2005.
SIGNED: lllu -
Authorized Representative
TITLE: V.P.
NOTE: This statement is not required to be submitted until after the submission of
the initial Payroll Report. However, it must be completed for each pay period
thereafter when no employees are working on the project. If there were
employees reporting for work during the above period, you must submit a
CERTIFIED PAYROLL.
MLA Job 7511
N W CASCADI
MAY 13 2005
RECEIVED
STATEMENT OF NON-PERFORMANCE
PAYROLL NUMBER: 05 / 07 / 05 DATE: May 12 2005
NAME OF SUBCONTRACTOR: Meriwether Leachman Associates Inc.
I do hereby confirm that no person(s) were employed on the construction of the
PROJECT NAME: Lake Washington Boulevard Slip Plane
PROJECT NUMBER: CAG #05-008
During the period commencing on the 1 st Day of May , 2005
and ending on the 7th Day of May , 2005.
SIGNED:
Authorized Representative
TITLE: V.P.
NOTE: This statement is not required to be submitted until after the submission of
the initial Payroll Report. However, it must be completed for each pay period
thereafter when no employees are working on the project. If there were
employees reporting for work during the above period, you must submit a
CERTIFIED PAYROLL.
MLA Job 7511
RECEIVED
MAY - 6 2005 v •.r
Transom tation Systems Div. w o N ' ? j m C M
-�� `05 G < ; w
F wo v�� an,wm y °°->°' .-3r mn x3 rnE Ao O
Ng� (D
D j ��f0i, o �a°'n �n>rno- �`. o°o='S �, z o O 3
` o�.m Aso ° °>o �W�a p>gx ° R ^a>m O o a m CD
m C 3 N N 9 e� �� `�° ND°"N ocn� oD O > c Cn O1
4 --3 w N w mm> ^ O n< 3
co w rn w W
0 m S O 4 m E O u)
g Qw «y D
0 waver, mzY) a0
a -k
a �O mo O r
O O m ^. 0 cr
CD fn O O O j- 1
�= w z
o w = -4
C m a w D
O
N O W .-- .- .- N N WITHHOLDiNG 0
3,p
y EXEMPTIONS 9
m o � m
= c m
m o El
O
6. rs C N� _ m
CD
a Q m c C O 0 P w 'CD n z m u�
m c < m (D N
CD
O O O s O 0 M m
m "� .s t .r -4 .y � z
a m
CD f.o z o_
< :3 z= o
n < 0
O m 7 3 N O m O
2 — O =OT.OR T.
= m•O
d m¢a
. n 0
CL W j
M 5, m
0
C to 3 D O j n
cli
N v rL o O
O $ $ $ $ $ $ $ $ `L H T
C S D y > G
m
° �w o iD $ $ 8 $ m v i z 0
CL c D o o o m o
z 3 3 0 0
v~i c.m o = N m O m
woo 8 8 8 8 8 °y '�
0 3 W f1 O p1
w O IC D
fO S�. O O O O O O w O w O U O oo O �' 001 .O D W
CD w = O O O O O U O to O to O O O N O O C o w m N O O
w < c� O O O O O O O O O O O O O O O O y� `. 0-1 m 7
7 C
aw a 64 z OW W ° o Op
0 a C
°°
0 � a U c O
rn a L O <m
3 LA 7 O
r
�•m O fH 69 69 69 69 69 69 z m Cl
O'�" o o nAi in in w M>, y oo H
O O U N w o ^ N m O
moo
Z� 00 3
C/)w O i
N a O OmpzN - p m
c c
_ G
>a_ ° rn 5
C fa 0 69 6S .% 69 fA > b (�
Sp N -A J iD l0 A T y a A
5n Er-"" rn P.
N :° r
mo M °° v
N w O
3 3 0 o w o°o o oOO X v= > a
CD W 0) O O O 10 n w O' C
0
0
y fA fA fA 69 W 00 0
Q? m
O,L X m a w rn a o N
m 00
O •• O J
D C D
o m a v9 s9 s9 s9 �, E �_g >90
O 9 rn rn oo ° > O O p
3 N m iw„ O fzA u n
N U U w o0 00 1
cn n O w:n
c
IV O O N v w A n
s9 O O
IV J N 00 O O = �
Op(A O .- .D t0 rn O D D
n 1
no o ZTO
m 69 tsi v9 v9 uv m O
N j v9 69 w w w w in C 1 m
j 0 O O b .U• O O o
O
Q. z �N
69 69 cs c:= O f g A
69 fA W J 00 N J 9>D z
O O M D° m
M O cn
RECEIVED
MAY - 6 2005
w>o o w o rnw�� o-w -
wv°-30 W-0 IT, carom m = o 0
N m CD N w
Transportation systems Di � m ? v R-m a- V] a fO 3 7 m a m i m m
° 9 m °w � x �y zTg9 p 0 v v
m
03 pl m < �. f1'
0 x m�� m m ,< ni�mm 3R o n w m
M mo-o < ommv (nmm3 a°<
CD m Fw �w cymo x COD CD C ma G. m o 0 LA
w �� ;z 3� y wy3v txy o m [C
< m w m mowv ttl O °v'qn< m' b < rCiy
o`DQa Z CD mIgo p r mQ� m `� g ° 7O m
Roma z caa3 wa� q' C) w,-0o o to <� v o ::r
°
m m m m r a
0 m m o t_n a o 7 c Z w y m d ° �r.hy °' B
CD ( Dw�°< J� m n CJ �Q>> m anSi o fD s v SD w
w -m w m Z -. m �< qm O am- a r" < o n o 3
4' Q C.q. D a 0 m o. p 0 C/1 0 0 0 ° r" 0 m 11
7 m ° M j m rn m N y r�y C`�1',w3` „�,� S -
m3� m Kwm omvo G rno�� c gym° w o Q o
_a CL D m 3 m m 3op ? nMM o C1 oa ° o ? C) 6
- � o ?haw � mmw vQIC- m O o °-' CD 5 00 o C) -o
CD m w 'o o- s m o o C', o z =1 o o O m
o ° M O ' o m < 3 °c o^ `3 0 > o 0
ow3 m D o. »m ��3m :3 � CD (D
CD a m C.yj O q
N m O CD w 00 m_O S. O.m La.471 C mS W- 3
? N O O S
.n^.. 7 w a S m S O � a (7
o O 7p-60 0 7a mm w O mm w � °
m=' °' m . a 05 J) 00CDCD � o1CD ° � O °<
° m 7 Cl- C 7 w �.° O 0 Q:,OD CO-O- C.,< ? tC w a
m q n -0 7 q a N p j C. m
° m Z acci < c mo�v ma�3 C7 (D '< w
m ( s � � r-, CL °Dww q o (� 0
m o 0
c w om'c Sr x= a ID 3 v 1
m 2.� �o m . m m u
0 y m O 09 N m m 0 w 55 C.
ID EP y a to venom wmw � Sam a CD
Q W O C.Q C. :,O m m 7 7 C, » O° .t
7 7 S ?7 S m °<cr 0-(D ° m
a.3 O 2.-< ?� m m Ac
o m 7
"m n O m my 2.0 coca c _ I
mo- o o
0 0 - D y C 7 m. 1 7 7 3 m I N m
O m Q w W m w ° m C. q O O O
m 1 m ° C 7 Q. �p m m S O 7 7
5.0 ° n N w o m m m m °'2.< T -U m m
0 1 Z D
C 2 w D m ca
D O m O m D
2ZF Z TD. v
MDT O to
Znr x =
M m m
o3)> a m -0 x
4'-{i 3 x -1 ❑ m
1 O- w L, T
Dinh ° M Z M
y�� -{ W Z
O v w
0 00 m
m
0Z Z m n" a a)
sT a com Q z
Z > R.gy m O m
ZD >
P J �"C C.m
V p m j 0 m
o
O T X
D m S 3
4 i n m m 31
cm
Om m � D
4 C CY O
Z O 7
m m O m U1 Z
M m m m 0
M q G) o. m o- D
ma y 73 0 7 Cn
0m + !no c _
o� a C » m
ZZ m 7 w
°°
S o As mm
on Amy m
x
1 x m c
C O w 7 m
r C - m
m 2 ;E m c0i
o
2
m'M � j C CcvL
O m 3 <
M m Z C, 0
C C,o 7 S
P Z Z 0 m N
v N D q U O
O "D m U
o
08 N w v
1 m 2F w,
CL
m Q
$ T M
��N° �o�� �m w'� Ado > > w 3 C
N _ec w Ny9 ��yo ��.sF�Fs O9 0 0
Ua�C] T 7w7 -
o .-�4� A�n o `cwrFo A�g.S `n-" n m O O a m
> CD
m so = m oo O m C 0 W .�
Z O BY 3 O 1 0 3
;oo _.. 31 ;3:
co
C O S m u� 1 �917 `+ 0 c
o m -Ss O�m � Q
m m Er -C rn m;Z 3 CL 0
-k
w 0 O r
;Nm _m m 9 � m
o CL m ^' e o °cr
v w
O w 3
c ny nw C§
C) 1"60 o NO.OF
a N
m W r- r-- .- N 11i W ITHHOMNG iu p
3 R, EXEMPTIONS 31
m
00,00
cmo
El
0) O O S
p w r r r m o
i ?a3 v- c coo coo L�
o U7 O O O .y "t 0 M m }
7D77 C<. C~D 8 C~D ew-r 0 =j� x N
s'°
A 000 Oam O
i7 m'O m O m O m O m O N O m O w O m O OT.OR ST. V1 ; G
°-n m w F O
m > C m tA C g
3 $ $ $ $ $ N 0
O d/ y
° 3 0 $ 8 $ 8 $ y W Y Q 1
� m 0 < A W
CD
o Duo o
s s s s s o o �
3 m yLA °> o
0- a
O O O O O O t"i O O 0,8 m
CD n O O O O O O O C O C O C O C O �� 0 � > > O
O.w
_ 'n ;fib 2
° 'a� a . O _
3 m {m e�`6 0 g
R m 0� O O O Oo Vyf N H H w Z va
p p p m C
7 O m O O O A U GNU.. D � _ my O
< C J J N Z OC O pNp ° 1
CD MZ2
C3 4A fA 4A I.S F > m
N V nT i1 A
J b J w N > V
w 4m!
3 3 O1 rn w w p� v° spy Y
3 y O O O O 8 xp 000 C
_°. ? O 3
°m V H H H H
c j (D
O'� X o a ?
U) 000 m 00
p C v
Om Co H H H H H FO_im >o
3 w _ N pU cA N U - C
y w N O O N 00 g 1
m
(Wll r O m
C O
N O B U T Oi H N W
N y in �O �c prn w
17
o
° O 5
m 0 Z
m
0m O O O O N w CO m
O w a U oo w O o 1 •°•o
O a O O O N 10 � O r o N
cn yTTy��
H H H H O a
0 0 0 o e � e g DDaz
p p v — 00 00
O O O 00 U � J J R7 y
10 7C
w C7'1 U'c v y v s "T, COU!9 9 ar
$ - v
�� m� Y d "m ti m m
C/J C� 1 w -Cj C��D Q Yt r�i T m_ O T Q
O O-w O C m — O. Ai N
O m �.D�°= m y s �, G1 r my m 3 w w
Nt�ii 0 i m w v �1D v`� p ^�'^`°m 3 v _ cs fD �.,
I Q. o mw Z Dom ° om c o
�. o i
< m -1 a9$,< rT. . ma C a a p v,
w� T ��•3v - Ja x rn"'m� C� %o ° C c
M0 a z 5mm ? mono �mo-0 � w < f p 2
° g° G7 p 0 p < a - o v�
mm< o m CO Cgm o mm
ymm � � om
Xo 'mo z o.c.3 mac$ "' G1 f-�mo n 08 ro � t�nv -
° � 0 5 m pU>fa �� yc � �cna ° � C7 � � a m 3 w
COD m m w 'O y O d V 0 O W 7 I N fD d ,.3
� .7 -i y 7�< Oma s>> cm O n 3
-o o to vm m Q< mm G' a.m- o s r < o n g o
y n m D pw a o o oho r m kA Y o r
om� S � mcn5 ma� y -3 cQ=Dr ° '07
c r o
m m o-, C' cn O £ t~] m m
?aa L m 0 p w nV�p�m° FFi i -y o a D ID 3 m o—,c 00 $ O 0O 7'0 m n C O C 00 _ m
m m 1 ? S c m
3m a W ' 3 0)
a3Nm 0 w'Os_-5. >_> wm w 0 ° ism{ c � 3
`. 7-°-p Q 5 °,V G O O a C09 n Q< Iro - =L O �0
°m �a o Coro so �.° sm mm(C��Q � o < � 43 �' a CD
cr
o s c m 3 o a,9 d (] t7y
mom cmi opt A Ace R m 3 a p
yr
�$ c m o 'soma 9mm o o
o m Z O 3 'w ® m o O S> a c
�- n °
� o m as mW Q1m Q50 D' ° ~
omm 7D co < _ ° ° 7Q7 maps ° 3
C ° ms`s 70 3,o g am.. 0 3
m m - a m nw < pc < m m OD
C m O q m (n _. a ..
7 >:J. �7 7 3 m N
7 0 D W m w .Oi= a tp W�: O 7 7
C cn � 7 C ' m A�R U S
S 7 m m m m m *.Z`< < m _ m m
w 0-1 Z
cm m
0
0
0: > v
�r Z y
cja °_ X
1�, do m m
osi ° m v m
n 1 T
�0 m m z I -w
M<O 000 O m ' m go, w m
oaz Z mm5-� W
mo 0 ° ° m
S� D ��o m
,< a. "-i
o . o cn
TO 0
m� p 0 m ° m
M 2-
g °_ _o
?< O W N0 Z
mm m am m a >
M z �3 � cn
m D cn
�m c c� cc°.m
w
Z m m j p 0
8 Asm m
m ao
roc oE.> >
F a3 m
mm D z � a
° c v
su
3 <
°= z a
M _
1 s m ?
�!m
P z
12
s oo
am a
M09
q to (n 3 w .3 X (n W H t7 to N 4 4 �o
0 w a m 0 w (D 0) 0 w 0 -7 0 0 N
rt I w 0 O 0+ 0 H a ,'7 I N n O N tT rt
+' N O s ¢ � N � N H w (HD N - H
m N
$$ 4 N N [J
¢ J 0 b l°O �, .7' N 01 N Fj N C� H. U1
o a o n R7 ko r- m < v H (r r a p to btl
O K Ut w rr C1 O N $ In P- O N � rt 0 rn i.
r � W (D ro � y u o 0 0
x r a � � N om � P. fl r m rt
o I 0 n G o to rr a 0 rt G N 00 x N
oo N W 3 rx Xo0N a N Ln
En oW o W ~' (A � rrr r ~- � N H
oK n to 0 0 tr 0 w
0
a G rr
F, m k(0 (D (Q N H
Q (D G
to 01 0 �~ H
o'G (n o 0 o N.
ro to G IN co 'P 10
(D ° a H ro
N (D a
N 10 :3: 0, X 0, N
o ¢ 0 0 1 0 1 0 1
o K (n p H C3 H ',7 F-
00 m o
�.ay C:) O O O
KN w a w G a W G a
N H Ln (D H (n (D H (J1 N N
¢ I O ID O O
n
O K a . g a G7
O (D I (D I N (D I I
.0.
¢ N ¢ ¢ N
yy , O O O O
j N In
N• N O O O I
O
O a O .`3• `� O 0
o K (n 00
G G G
� n
N O rt
O O O 'y
rt �1 's] a a a (D
G N n ba
¢ I ~ N ~ N ~ N (D
o a o n
C)K to o O o ~'
tn.a 0 a y a ¢
a l w 1 a
rt N rt N rr N ri
W w w y rt
Ho0 0 x �3 xH x 3 ar~n
to n N G r0r woo rr woo rt p N
° N ~ i O f a ¢p H p t
ro
° az maz Pa 0
(D rr rr 1 0
1
io to o)
J (D H N 01 N N H
Li r
n ti n y/ o 'd
n n n U'
(q N Q tan O
N N (D ty n
'+7 N
11 n (i
0 K K (D K
N � � -3 13
Ln N �] r• GD N- G] �'• G�
J I"i 01 01 N I-S w (o N ri 0 0 N I�
C-4 0 p 0 m 1O 4 (on iO 1O 4 (On 4 N
N O O CY N i0 to tv N N
a a1
00 11 O w H O Fl O -�
uv ul a rt w N a 0 a cr
0
-cl CO N r J N H w N H
Wtl O w w H MONK �sf�
OD t(nn 0)
H o
CT n
((D d n a) 0 01 N m ul G.�'1
nH �
H H H
aG N W m a 0 N T
H N W N ° N w H N
Ol W w a (Y p a N
BOO rnrn � (D (D 0 n o
oinoi� io p 0 Q O a 0 /my p CT
H 0) o O w N rn n x w n � rn n o 0p� N
Ln (D N :a N O1 m ry l e i m
N J 0 (n O
to `O m N C to
`° oo M
N (n v�
w r �
C)
co rt (D (D • (D W
-7 rt J rt N rt (D
a1 W a
N
a
U.S.Department of Lati STATEMENT OF COMPLIAN(-^ Form Approved
Wage and Hour Divisi&AW *wr% Budget Bureau No.44-6108A
Date:April 25,2005 Contract#: 05-060
I,Robyn S.DeLorm,Vice President,do hereby state:
(1) That I pay or supervise the payment of the persons employed by Petersen Brothers,Inc.on the
Lk Washington Slip Plane project: that during the payroll period commencing on the 17th day of April, 2005,and
ending the 23rd day of April, 2005, all persons employed on said project have been paid the full weekly wages earned,
that no rebates have been or will be made either directly or indirectly to or on behalf of said Petersen Brothers,Inc.from the
full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages
earned by any person,other than permissible deductions as defined in Regulations,Part 3 (29 CFR Subtitle A),issued by the
Secretary of Labor under the Copeland Act,as amended(48 Stat. 948.63 Stat 108,72 Stat 967;76 Stat. 357;40 U.S.C. 276c),
and described below:
FICA
WITHHOLDING
MEDICAL AID
(2) That any payrolls otherwisc undci this contract required to L.,ouLiuluc,I C t1,�nhnvs+�.Pr;nrl ara rnw^ -s
complete;that the wage rates for Laborers or mechanics contained therein are not less than the applicable wage
rates contained in any wage determination incorporated into the contract;that the classifications set forth therein
for each laborer or mechanic conform with the work he performed.
(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program
registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training,United
States Department of Labor,or if no such recognized agency exists in a State,are registered with the Bureau of
Ll Apprenticeship and Training,United States Department of Labor.
a cV N
(4) That:
Cn
1J o (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS,FUNDS OR PROGRAMS
U ¢ XX In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above
referenced payroll,payments of fringe benefits as listed in the contract have been or will be made to
ro appropriate programs for the benefit of such employees,except as noted in Section 4(c)below.
~ (b) WHERE FRINGE BENEFITS ARE PAID IN CASH
Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated
on the payroll an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the
required fringe benefits as listed in the contract,except as noted in section 4(c)below.
(c)EXCEPTIONS
EXCEPTIONS CRAFT EXPLANATION
Refer any questions to Gail Durham at 253-863-8136
REMARKS
Union Contributions:
Laborers,Laborer Trainees,Flaggers $7.70 Fringe Per Hour
Operators $10.25 Fringe Per Hour
Name and Title Signat e
Robyn S.DeLorm,Vice President
THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRATOR TO CIVIL
OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 16 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE
H cn to H r $ �n CA r d m Ln C .n
O ko0 wO ' O
Cl,m N
I x .07 rnr I o N I v, r• o � t7 rr
W
o M, H• N N , (D
M r N C O In(D 0 0 (D rn N (D r (D
O N iP 4 1 I F- N rn ry G) E N
a in O •O J £ 0 .�1 O N (L J 1p n m R ,'7 N 0O O 4.
o w o n m ~ DyEn K � N rmr m r ro < o o m
o K n O
r p � tl r RO�7 70 rr• 0 0
°m r. m °D (D 't a (n m w m R
0 o a n m ni rt G b rn C E N
y l0 (D S n n CJ "cn
o OG
V p %a 0 � r w O 5
yyp o n a 7 oa n
co
:v N m w w
m r w (D O m w m o, 0o y
o K to O p 0 r
E o corn a, Lo a, H.
(D rn o CID G I b
p, I to ::I O ro
w p o tp �' I•J
O (D m o 0 o d
N I
o K (n O O O 1 N
O O J O p O
Qi
�-3 O
H m O
O
N ko (D O 0 a,(D Gy
C1 J
O
I !D O
o N o
oK to �oz roSrn n
O (D 1 (D I 0 GD
o, ou, o pq. 0 00. 0
m p m o m o
W O O O O
o K uoi G G G O CO 0
�O j
ti O
a 0) O p R
G r H O1 "] rn by rn (D
o W o O O O ((DD
0 K to p H
0 p I.
O m cn C, 0 a r a W I
R W
n
(D
C r r 2 H r O r x ~ [L
n
0 H O n o r O o 0 N N . G rt 'J F.
0 W
O N o Cb
J A N N 'C
w
a °D w rnK
�P R C) R
J N N m ( 01
,�j F✓ r
K 11 I
to N W N q N O
(D .7 (D .7' (D
J m
tj
W p
am
H
N ~ L7 O'
N r r ~' (] N N N• L] N N F,. G]
J, M J J y h N
0
m o K y
4 0 ,p, a p tr to N
tY N 4 N . . O
N
J J O N o 0 0 N o o t00 C4 0
y
li rrO' r rtf
r r
K 0
O R ~ G1
N r O
rn O
n
N SD a N W N W
CO N r N N
N m Co" O
O R
r N W
O J '7
rt W r H 1p J I-I
.7 lA V] H 0. m b 7
Ft VH DY tT .P m to Ln y O O to
C C C
H Fi H
rn
a N w w
r N W n m H ti H H
tQ co R
iP l0 m N O O d iP
U
Q
l0 O O. � a, O a O O
J o a W N G G rt R rn
wrt (D N n rt ((D wrt (D N
N I y H N ry to
O O
m O
N
r
In
m
(D I J
.P R Z r 7, proi
w rt O R rt ID
r
to
U.S.Department off Labor STATEMENT OF COMPLIANCE Form Approved ,
Wage and Hour Division Budget Bureau No.44-6108A
v
Date:June 13,2005 Contract#: 05-060
I,Robyn S.DeLorm,Vice President do hereby state:
(1) That I pay or supervise the payment of the persons employed by Petersen Brothers,Inc.on the
Lk Washington SHD Plane project: that during the payroll period commencing on the 5th day of June, 2005,and
ending the 11th day of June, 2005, all persons employed on said project have been paid the full weekly wages earned,that
no rebates have been or will be made either directly or indirectly to or on behalf of said Petersen Brothers.Inc.from the full
weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages
earned by any person,other than permissible deductions as defined in Regulations,Part 3(29 CFR Subtitle A),issued by the
Secretary of Labor under the Copeland Act,as amended(48 Stat.948.63 Stat 108,72 Stat 967;76 Stat.357;40 U.S.C.276c),
and described below:
FICA
WITHHOLDING
MEDICAL AID
(2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and
complete;that the wage rates for Laborers or mechanics contained therein are not less than the applicable wage
rates contained in any wage determination incorporated into the contract;that the classifications set forth therein
for each laborer or mechanic conform with the work he performed.
(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program
registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training,United
States Department of Labor,or if no such recognized agency exists in a State,are registered with the Bureau of
Apprenticeship and Training,United States Department of Labor.
(4) That:
(a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS,FUNDS OR PROGRAMS
XX In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above
referenced payroll,payments of fringe benefits as listed in the contract have been or will be made to
appropriate programs for the benefit of such employees,except as noted in Section 4(c)below.
(b) WHERE FRINGE BENEFITS ARE PAID IN CASH
Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated
on the payroll an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the
required fringe benefits as listed in the contract,except as noted in section 4(c)below.
(c)EXCEPTIONS
EXCEPTIONS CRAFT EXPLANATION
Refer any questions to Gail Durham at 253-863-8136
REMARKS
Union Contributions:
Laborers,Laborer Trainees,Flaggers $7.70 Fringe Per Hour
Operators $10.25 Fringe Per Hour
Name and Title Signat a
Robyn S.DeLorm Vice President
THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRATOR TO CIVIL
OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 16 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE
APPLY-A-LINE, INC. JOB: 152NI278 LAKE WASHINGTON BLVD. SLIP IN Certified Payroll Report
106 FAAG TOAD NORTH *ftwe RENTON, KING, WA
PACIFIC, WA 98047 #CAG-05-008/P0#2729
For Week Starting: 06/06/2005 Ending: 06/12/2005 Contract No: CAG-05-008 /{1orJ-A �s t /-" _ad Page: 1
----------------------------------------------------------------------------------------------------------------(---------------------
6 �y=- Tax.Gross
,r - Non-Txble
Job Classification Hours Worked Each Day Tot Ded's
Vame 6 Address Mon. Tue. Wed. Thu. Fri. Sat. Sun. Total Hourly Gross Net Pay
Exmp,Soc.Sec.#,Minority 6 7 8 9 10 11 12 Hours Rate Pay -------- Deductions --------- Check No.
------------------------------------------------------------------------------------------------------------------------------------
PRAVEL - DRIVER WA P .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
O 1.50 .00 .00 .00 .00 .00 .00 1.50 18.06 27.09
S .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
4A APPRENTICE 60% P .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 Fed. W/T 50.64 831.21
500 he>w S O .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 FICA 63.59 85.50
S .00 .00 .00 .00 6.50 .00 .00 6.50 13.92 90.48 Worker Cmp 22.52 161.69
SIJER D HARDER EMPLOYER PAID BENEFITS .......... .00
7208 203 RD ST CT E HRS S GROSS THIS JOB 8.00 ..... 117.57 DUES CHECK 24.94 755.02
SPANAWAY WA 98387 EXPENSE 6 PER DIEM THIS JOB ..... .00 027426
9-4,532-04-4275,White Male TOTAL ..... 117.57
------------------------------------------------------------------------------------------------------------------------------------
.,MSTER TRF CTRL STPR P .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 Fed. W/T 291.24 1452.07
O .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 FICA 111.09 85.50
S .00 .00 .00 .00 6.50 .00 .00 6.50 26.20 170.30 Worker Cmp 25.63 471.52
IICHAEL E SODANO EMPLOYER PAID BENEFITS .......... 62.40
14624 - 72ND ST E #102 HRS & GROSS THIS JOB 6.50 ..... 170.30 DUES CHECK 43.56 1066.05
SUMNER WA 98390-5520 EXPENSE 6 PER DIEM THIS JOB ..... .00 027441
5-0,535-06-4067,White Male TOTAL ..... 232.70
------------------------------------------------------------------------------------------------------------------------------------
Ito
00 X40
- a
U.S.Department of Labor Form Approved
Budget Bureau No.44-R1093
Wage and Hour Division
STATEMENT OF COMPLIANCE
Date (O' Z 3 0 S�
Valerie Wilburn Payroll Administrator do hereby state:
I, tle L(,`EGG wuS
(Name ofsignmory party) Apply—{TiA ine on the: sj"'o L
(1)That I pay or supervise the payment of the persons employed by (Contractor or Subcontractor)/
1�e' d �' J 2(L�all persons employed on said
that during the payroll period commencing on thPLO day of ,20 05 and ending thel_1 day o�—, P
project have been paid the full weekly wages earned that no rebates have been or will be made either directly or indirectly to or on behalf on said
Apply—A—Line from the full weekly wages earned by any person and that no deductions have been made either
(Conrractor or SubcontractoQ
FP-
directly or indirectly from the full wages earned by any person,other than permissible deductions as defined in Regulations,.Part 3(29 CFR Subtitle A);
issued by the Secretary of Labor under the Copeland Act,as Amended(48 Stat. 948, 63 Stat, 108,72 Stat.967;76 Stat.357;40 U.S.C.276c),and
described below:
(2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete;that the wage rates for
laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage det5ermination incorporated into the contract;
that the classificati ons set forth therin for each laborer or mechanic conform iwht the work he performed.
(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprentice-
ship agency recognized by the Bureau of Apprenticeship and Training;United States Department of Labor,or if no such recognized agency exists in a
State,are registered with the Bureau of Apprenticeship and Training,United State Department of Labor.
(4) That:
(a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS,FUNDS,OR PROGRAMS
®In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll payments of range
benefits as listed in the contract have been or will be made to appropriated programs for the benefit of such employees,except as
noted in Section 4(c)below.
(b) WHERE FRINGE BENEFITS ARE PAID IN CASH
El Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll,an amount not less than the
sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract,except as noted
in section 4(c)below.
(c) EXCEPTIONS
EXCEPTIONS(CRAFT)
Re
Name and Title Signature _
Payroll
Valerie Wilburn, Administrator
The wilful falsification of any of the above statments may subject the contractor or subcontractor to civil or criminal prosecution. See section 1001 of title 18 and
section 231 of title 31 of the United States code.
Form WH-348(1/68)Purchase this form directly from the Supt.of Documents
A-6
§ t $ 7 z Cl) 2 2 $ § \ r , ( 2 z 2 .
0 m �o 7 m --j § -4 (A X � 3 ) §
x w p _ ( i } , ƒ E!
x \ § 0 - { z ' z ( %
m P m m 0 § 4
\ m 0 � \ 0 00 m § / ) m n f
co m Q CL ƒ
R S m. \
$
3 % f J 3 3 2 z 0[
m m = o
X \ X \ � ) ¢ z (
a w a R p §
A
g
co \ 0
co
I,
m |�
/ (
_ :
0
90 90
� 2
■ §
7 �
0
90 90 CO
CD
CD 0
90 co co 6 = �
CD
■ }
= a E .
co 00 OD co
0 0 00 � (
C3 0
4L C,3 � cn mJ
k � § § �J
0 0 0 0 0 � o o .
°
j
§ § 00 § Cl)a co CD
%
§
§
CO)N CA En
ro / J
(0 � RE >
� .
a m
PD
CA � } 0
0 c °v° p U) m m z n
Nkole 3 m
Z D p m 9 o
O r O N
rn 0 S W C OD
(D D W a s
m W m 0
D CO m m ,
m
C
a
N W cn a -1
W 1
N 7
H (a
W
m yr
3 0 0
c
o°
z '
V N =-i
co O
a W
-1
7
C
T
O
C
d
w F
O
N ry
C O,
� W
O1
O
OD D7 3 S
O O 7 rL
DD O DD
O O O N
O
O W
O a .
rn rn rn o e
c
°O °O C)
2
A N K
T
V V
7
O O O N
CVD OVO fWO0 (pp
W W
Ot O T
4D N Om
N
O �O
A (n T
CD V
O O CA
O O /D
V V
V A n
CD
cn 00
O
v C O
N aOj I.SI D
V
T �.
N N
W W N
w
N
V 4 T p O
N o N N w
��� m� off+ w,om CD °_ i�� o
n O N cD CD w CD
W o ( v�i p w a _ l C
D 0 Q
w f y
w
°cn-� a
O w v c N C7 CD
,L w
Nw 'ccD Vgw w3 3 g t* m
m (D L O (D Cn CD y w O
mn --i c° w a w ID�_ - N D CD (7D m(D •� O z
Fm �a �N :� '� w �{- ma n v
CD w �- Z 3) - ? CD 00 N O V c C1 w N N o
c a 0 m � � m 7 3 7 � Vac 7 a w r *� 2 e I
O O O. m fP C to CD 7 d,CD CD '" Cl)cy `< Q 1 o N.
N (D N 7 OD c �.(D V' N 2 — Cn.< j n'D 1 fD 00
m CD
CD N 3 1m'1 p Cn '� O 7 c C`u W fD 7 0 ]
CD w w o S w (D (1 V w p w
N _Q w (n y w a p..< (n (D (� A 7 a o Q< 0 _
D I
7 � F 7J m � - mf o7 n Cw g7. o � Q
o 7 m 3a �- o m (D m 61 m -vl � o
w w J o cno
m 3� O fi w m co 7 ID w/� Q
Qwoc m m � m3 0o C1 go - 07 > 0 3
7 - O ?_ m w m m m m V Q ? m m m n a
Cn D -� -0 Q 7 CD N n O m o O. 7 CD
ET w c a ^ R 7 o
CD w w o w o , c 5 N
= 3 (OD O 7 °� < 73. cam ^ g Q3 p
0-,- D a c? w 0 9 3 m 7 3 CD w Q'-• 7
�' oc Q � mN�. _ m7 7 N7 N
Ao n m �.o nm ooc3 a QN - m w w
n 7 c,, 7 w as-7- o +i 3
CD W CT —70 o i5 1 CD O a m o (gym m` w a °c
� 0 ° g v ?.omm - om mm ^m 7
(D 7 3 0 7 Cn >. OL .CD F a; CD
c O.�„�� 2 ?N N C c7 7 7 Cp w a V
D m3 wz 5 a3 0Dm e
rn p C 12 CO, CO x 7 N O- �/1 w (��p j _0 r�
O y lD z (7 N.Cn' O N O V (n CD CD `?CD N a� 7'7 w CD CD a O
sy° o� fD o m � m3 3a a
w63 0 3wQa _4, a CD
=o-: m o
m n m _ 3 � 7.Q m37@ 7 3
D CD
O O �. D O y w y O.N I O O
m N _
n w a cn 7 a ?3°i A n W
=r w °m mmm �5-, CD - m m
W n ti z
C I
pmm U I m a
�o::E5 n
MZq F C C'zo m o Q
z cn°� 'ci m
�x -� X
O a D f m m m
37
y r_np( � X❑ m
m<0 TI m ZO I
00000 z 7y (nm m
om� r, mo`3 W
°.: r d m
Z n.t 7 TDTC ?c °i g m< .c G m T
p O
0
Om� n0 � 3 I
n= m y' I m
�t
O n y C p
7 to
O
m N �=r Z
N
n i am w o' D
m> z � w3 cn
ym (n0 c
CD
7 =
p m ^
0 ^? O
zz w
o O O O
A N
O n D
D
X
�C �a
C p 7 (D
a Z F aw a
z 5 w-0
�= O CD3wc
m m z O O
N y Q n S5 —
50 CD w
n z y _w m
9 w-0 Q
O w�o (D
y
O
O N 7
fD w
�o am a
m JJ
m v v co 0 0 v x cn O � � z C- m z n
A co Om z X O z z •° 3
c
m a
OD Z N K O = N (D
= y m rn O °' D rn m 1 o. �'
0 = N D OD r m 0 r 6 D < � c a `D y
M o 00 z n n m m
w j y y m 3 W S o
(' CO ° OD N OWD m N C -n
OD W
w
N
co x N
w m D
D
cn
3 m o co v X X v � (°n c
m a
z ° m m �o .i
o � o � � � 551 z
z z z z
r- 0 rn d r Cl) 0 Cl) o v
4 (o —'
co (A ° V _
w 0.0
C
m m CD
au aD �
0 o c
A A m OD
O O O O
O
c
y
m
" F
0
r (CD
c o.
� W
m
aD m (o 1 90 3 =r
O O O O O 7 CL
au m Oo
0
W m
x Dc
V V M CO m (n
a a
m m
2
C) C O
°
tl�
O O
A A
N N
V =
CD 0
(Np m A A W O O O
PQ co
(4 O W Ln C
p A W O O N t
V V V V V O
O O _ O O O ry
N A A
W W W (O (7 0) (n O Q
W
to OD 90 p pmD 9) W OD .01
N O O A A N C" O 'C p
W j
(A V p T
go
o
cJ°-
LLJ
> N co
Liu
A W r .Ti 1 p
ULLi }cc N
LL L �
N
C
� � o y �
N W
N OOi N
� N �
PD
N �+
OA W Of Y
v y
N
r j A (D N
O W
CD
vi c 3 CD
6o C m n
W z (aD M
rn D 3
m a
N U a T
W � �
N 7
N (Q
fD
yr
wm
o-
r:o
o'
o_
c o
� m
c
T
2
O
C
d
w
O
N
c a
7 Al
m
3 �
o m
PO
o c
o CD
ID
CL .
2
PO 0o
C3
2
�O
m c
,.1
N�[
T
7
XO A
N
W
W V pp
co
N � N
W
A v O
W '-
cr
Q
o �
0
o
w 3
io w
N {")
0
V C O
OD f0`
d m
Z � �
ti N N
N
v o 0
A N N Ch
*Apo, rn w o d a
N N w N 0 N N = O
CD CD W d f^N O O3 = O (D O
CD d n c c� ° 0
7 0 MEW
76 In p�j 0 '� V C cr rD
_ (D �TJ 0 O�� fj ID
D
CD - - T F �mL � � mo :� ' ' n� Dwa ID (D
5 3
c
< m W cD �C) N U C)t�'n CD
� �7 �° c m
�m � n z �� 3 ? o0 o ycaw mN m of
° c O m o 7 � ° c7 m f
ID c 0 m 07Cw m S d m r �o c c a Q a 2
CD CD :E X 0 C o Z a o.3 D _c m CD N° _ Cl v m v
[� S T ° (n n 7 C r`1 W U)fD 7 0 0 c? j _0 j
CD f.� m yo' 7< 7'y n y0oo m' -
c fD W—7 ,: 7
d =m W cn � � o cc ° m a pip? o "- °-.< 0 3
�' c °- v'- y W ° o r: // ONO ° O O y o 1- �
0 0 Ws m ?� �7 m� �N N C: :7 N <m ` � o
o O N 0 �o c m
g m o°
CL p �Cl0 ° mm �D O ' NQ�o ° � mr1
mgm v a _0 _0 �� o � , v�� 0a ° ° a ap o CD
o
_� 7 � ENO O � n� ` ? Oy7 tv -..0 7 � F N
A N N T �.O N O 0 O 7 N a N -_ <D CD
�U o O - 1 �0 0 7 3.°- mm��
d - y O m C N C °m A N CD
�� D o v 3 ° 0m v0 CD mm ^m c
(D 7 O fn o_--.fD CD
CD
N A Z a n d C F d 7 c , a 7 7 N `G
3 CD In zr m a CD 3. -f _ ' p>W w N p
3 m ° a (A a m _
CD
o_
o W o Z y o � 'o as //^'� d �m 3 "o �+r
N (D 7 N N N m O N 7 CD
g N O 01 CD m y s ti 3 tL- n _
(D N O 3nca 7ln N cD CD A
C" 3 m _ o n o
CD 0 'D CD S 7 'CD,? O a CD n 7 3
� - ° 3 n
CD
D.
=r :3 O o m w m m a a` CD
N W p O
cD c n
o w a N a g 0 0
C c n 3. �• D1 tD n :r O 7
�.n+ 7* W °m (D N(D OD j.; c N N CD
J y Z 7
o C) U I m n
O D
XZF m
C�z N v Q
x , °
?cD�n � � X
O 700➢'- ( m m 3J
to-i ra X -i ❑ m
100
mz� �;
oDZZ �' Z - m
mc; m n 7 W
O_ M ° O d Z
zD 1 b > w� a m
`-< o_m
C) 0
� o cn
o� 1 c 3
nx m y� n m
c" �CDdw v
Om �� n'
N Z
(n n N 7 a
z _ d
n I Z 7 3 0 7 Cn
M C cn 0 c 3 _
$ G (D C ? m
O m a n 3 0
o 1 m O O O
oA
ti X 0 C N N
m m St0 S ° 7
m m T nspo ation SY z F a °
CD
D n
Z
0, 0 0 3 N
M O m
M m Z c
w C)n N
7 � �
m ° d
9 N
0-0 Q
u
D 70_ 0 CD
O _N
0 7
ti 3 N Cr
m w
-O CL a
mx
cn A 0 o 0 m cn c p z m z 2
m 2 § / z § 2 \ § & ° & .
0 S y 0 z o m � @ o E 2 § .
W p t m § E = ® $ 2
k j X j / § § ~ 7 / f } i ( CL
° ° 0 ) 3 t ° / t z / ± § «
/ / 2 ) § ) m ( a f
/ z § g
m m .
cm
ƒ
$
% k / m m a k % \ § a
2 2 # § J 2 q / ¥ Co.E
\ 0 z � � Z z ® ®
2 ® ® \ r §
/ g _ % § 3
« : - : p 0 \
§ � �
:
PO PD
/ ( n
90 P PD PO
Q
0 0 0 0 0 0 0 0
:N � I
0 0 o o g �
r £
e 2
§ k § § (
P3 00
0 0 0 0 0 0 0 C / }0 CD
C it
2 }
2 a .
0 2
ri
0 0 0 0 0 0 0
co
0 R (
§ }\ mJ§ §§ k §
�2
j j j j j § j j �
_
� o cp n
O 0 \ 0 / B
Cb
£ $
Q B §
} § /
0 0 0 §
7 \ /
/ kk
4 CD CDf
%
-P. / - a
C --4 S N w r N < N m Z 0
O ti v, `���z m rn 3 g m
D m a m m0 Z T Z can (7
00 r- m rn m O m oo °c y
i W o o W D p m 2 a
a n = o °m m In m X d m
m m
ro D p z vD � A
co m N y z U) V m Do. p
N 4 O 00 ()t O. "Ti co
m H �.
m
u -0 3 -o -a 3 o d
m m o m m a
A � X o"
-I r. p r m m
o o o o 0 0 w
o�
3 D m
I"17
' =
C N
m
�p co
PD PD �p ao I N
0 00 0 0 0 00 CD o m
N v
0 0 0 0 0 0 0 0 0 '
x
0
c
m �
O
m
c a
d I
m ao m 7' co 3 s
a
o° °o °o °o °o °o 0 �
co w o w m o cD o w
0 0 0 0 O 00 0 0 0 0 CD '
(p m -' p - m :
O 00 O 00 O 0 C.
S
A O A (Nn A A A O O O
C
0 O 0 O O O O O O
S
tNp W m W V A �C
N
A T A. co A m A
T
V V V V N O O O O O O O o 7
O
p�1 O O A A W O fp �
pl tp V Cn QWp T co Oo (op
V O V N 0 0 0 co O N
A 74 0 {T
OD 0 V l!
O _ W
p) fp
A tW V T
N
O O O
O O O ID
N O W (a
V O O N —1
N P 9) c O
N O f�
v y
co A (n 00 CD
O O
Off) p T NO
UOi r
co N N L"
(nAa,
o N�w O° _ O CL
(D 3
v ( n
-
ID (SD m
OCD CD
CT
p a
o a�
_77 d O O m N m m
qQ' 2 cD T. fD ID BCD CD 5 3
m� cn CD 3 w m o
m ° �° ° C,) m °� i �Dnma �4 mma - > °
� v �� G
3 G N S 7 J (D S A d O 1 N CD� 7 D
m d a Z 7 fD 7 O O O �' 1 c a d m (D 1
m cr ° n m WC m ° D'.° CD rna aQ r iO ?
N � � o W c3 pm o� � ��
CD o n o Z - a a 3 y a m m m(D-0 o n ° o m v
m
o
N = a D a N w a o m m Ao o a o < o m
p X07 r: m 7 0 r?
O m 7m7 S O N m � C„� an d m m cr
�f\ O ID
(D n 3 0 Q m Q n ° 7 Q O ID O •!)
O A 7 O nr w 0 ° o 72<aa _ � 3mm 3a� 3 yc o o� a m c m d n o �_0 Q a o 0 ��� ma ° n ° a ^ m R m D a p° O o m ° 3 c ° Q 7 o a m ° m m _
W 13D m �wom c, �mc Q � mm � d � CD
v� m � � � �_ > > ma r a5::r of •.1a 3 o _.
o D O 5 oa o o °._ m m n m �c N rn
°gDn g �om � � om ��° co ° � � a N CD CA
(( o .�»m a y�.m a m < i° e ! yp�q
lS Q N D p.C a 7 y R1 C �' Q 7 O f0 LA
mms tna @' maa3 _ oD0y N o
3 '1'I w n 00 m m N O t
m m O O F, m X37 a CD
ma3 �Dw °o � w a5m °_ °
CD CD 3ao0 020 ° 3
CD m A— 0 7
� m O m WQ 'o-2 m^o Q n
o n - 3J w x.c o cn o- 0 v
o n A Qom N w�S�. 7a 3 N
0 m CD m g > >
C a 3.C N d
S m °m co m m a m m m
coma: Z m
Omm m
L) j` 3
=O >
ZF� C,z x v a
T r�, o U)
c>cr. --I m
Z O r ^ 7 x =
-0mDn'' m m X
cn v x ❑ m
m�0 T OZ 7T[7
Ory� p w N m
000 C, ' _ m m
rn 0 � � Z m 0 � s W
LL
30 > o o Z
>Z b '&= m
Dop o ccn
O� x m ? 3 A
m S N fm, m
w
m''7 m d d v
Cc r
O 0 m�
Z O m 0 �'
_
m m O y m Z
m m m m
G7 a m N a >
> 0 A
= 3
3 cn
�m (n0 c _
O 3: CD C m
m w
o T
cn 7 0
o
K �
O j m m
n< cD m N
m m.n m'
m m f CD
m A n
>C) � z -ma
Z > O C U
o� ° 3 �
w x O m
M m Z Q O 0
uc �O m -
p O m m N
c =v m
N m Q
D1 U
0 CD
0' �_ n 7
ti0 m Q-0
CD d
'o am a
m m
D vi ;u D 0 O m m cn -i Z c- m z n
Z Z�' < Z � O m z c> ,, ° 0 17 3 (D
Cn w O� N z Z O A O o d �^
D oo ? m D X { ao ut A �' CD
co O (D d
m D ? a D ° m co Dtn1 M o' m m
!n `O t = O o ado 1 j T <o Cn O .
< 0 Ni Z � Cn A D C
m O 00 A O O 0 CL Zt
N
O mm N
< fD
D
N
3 S 3 -0 -V 3 0 O m vlu
m m v z v G
g z °< � m m o
z z
o- 4 p -1 1 p --1 O oZ y
Cl) ° W O o 5; N V cn
Oo -4 .O7i m +' O V
C
m m
CQ
rn rn o Oo
°O °o °
°
0 0 °o °o c
PD Oo 50 m
O O O O O T
O O O O O 3.
O
C
N �
d
O
N m
� a
d
n
P, 00 3
O O O
O
C A
W
co A
X x
m �
CL a .
O
C
O O O O O O
O O
� N
O
c _
ON W O O O
CA71 WO N tn W C
!2 N co Cn W
A 00 W N i;,<
T
V V V V V V V
O O O O o O O
!gyp
f�
(Np ��Npp V Om0 CA7� N yoop��
A A N W W O W
cot V N
DD ,, N T
6 0
N 90 V OD
co N OD f O rTi
0 o N
0 0 0 �+
0 0 o m
O N
PO 01 3
m O W n
OA0 ° � N -i
�_ W C O
N V N
co
d
W 40 CD 01
A O0 M O NO
N W O
ty1D C p cn W r vi m � 3 z
'�iw/' Z A W Z < 0 Z r w v n �!
co 03 Ic
= W 00 o w X <O D O ,y a a ,
m D _ <�°o m o m b� U, 3
(m 0 OD N D z y m a =
N CO O co N 0 C 'n
W OD -1 A 1
O N m
m c
m
O O m Tr
m o ;u 0— O O
O r O O m m
ju O Z ;u -I Z
o r p r O O-4
�—' C3) d
CA
0.0
aD DD O rn rn m o m -4
0 00 0 00 00 0 0 00 c
m PD 90 0 Do m
O o o in o in o o T
0 0 o O o 0 0 0 �.
S
c
c
m �
0
CIO
c C CD
m
PD ao rn W m ao s, z
°o °o 0 C
0 00 o c o
0 0
PO m DD m
00 C) O 00 c
m aD co m C
00 00 O 00 CL
-A o
71 o 0 0 o O o c a
0 O 0 0 00 0 0 0 00
2
m w m w
:-4
a �0
A 0 A 0 A 0) M C
A W K
a "Zs s\ O V V
V V V
O O V V
C
V 10
O
N M fm
O 0 A to p C O N V O DD
O O0O D
QDD O +D W
p p
W N N O p
? V
O T
0 A O Cj
N 01
N V O
� O N
Cl) <0 0 m T
rT
0 0 0 CO)
00 0 0
0 0
V
O N O
N v
0) N
V �
N ��p
O c O
N O
O V O
D)
DD A V z CD O
N pOj 0 O
co O N A
O O DD N N N
(nDw c wn mw,F
p' p O W O cD cD = O
_ w
CD
O N
1 j n < O N
O T1 F
0 0 0 w 7 S O w F 7 g
D N O D-
- N o
� ??^ 0 F0w � °JC ° QED
m c G O c0'O (n N N d C< m o
ma ° w = wm� mDmm mo f 4
f ma D _ _ w a G a
d _
3 w 7 JJ ?7 3Ti 7� (Dw J ° O
< w m n w v
T �� � � o
� m w a z 7-21 D O ° �. .v c w ° m CD CD mCZo a m QJC� m T °m m maco,� a o 2
° mm o m c �.(D n omF ��?° � O m o
N 7 m cD cD cD (D G(O (n d S< N ,�p � .2
CD o m o z c o.o.3 .m cD �l ' ! co o o (� o CD MTj
(D cD cD 3 0 w (D a V`-' s 'v V n O W w CD
w � N aNwa Q� _ p AD G o < (/�
7 c�J G n 77 m m F ? rnr• C w �.� o ' n Q \ ° I) .J»
m 3-< oc m
a ° D ° v CD_ o o w° o?-CL =,Z N 3 d rN 1
CD
° - m w (D CD
w Q n n a m
CD ° 3
a < cn O � ° m ° ' 3 c � o- 5 D p
3 3 . 3 m
CD C, wo O I�w N Q N-O O CD
o =-0 o -:3 CL a aw s
CD m
U
ID° N(D n p ?J N w O O m Q� CD C8c"Q o.'< C° 0.
F O O o f cD O 7 cn (D(D 0 CD F d = p'
° O. w a C� c ?w> Q T N O.7 CD CD
° m C z
0- m m m 3 a
N7 � cn �.� am 3. _ .. o>ww
3 m w ° o a^ f n m a CD o
in OQ C N O�� �•=-m o ^1 w ry m �
° ym z mO9.o y3' a
ccDD n O N 7 3 �o Q awn O 3
° C,cg - n
c7p J D�j 0 w a n CD CD co^p Q n
-� J O
cn
0 7 0 > o N c w w ? O »� y �' y O O
O 7 7
Sin 0) CD m mm 9'�< < m m
wcn- z 7
Omm m
U r` >
m
O D
=ZF � G'z x
M 7 r p N
CDCK 1 m
F � n m
to-4�� X -_I ❑ m
�O-
,,T �1 m I
M:z cnF> O m m z
0000 7 w m
o�Z S Z m o 5o m
�O•r"' D 7 c S m
D TT' T
TO( ° O (n
7
O x m 3 >
Mme . ° m m m
C)m -0 S m
c m w w m
Om c o n O
Z
N O
CD ::r D
w
nm D (n0 c 3 2
� 0 c O
m
Oz z m 7 ° O
o n a
O D(04 m
X c 0
A
7
G m D F 00 N m
z D 3 c
U 0 3
M m zz Q O O
c '0
O O c0 cp w
c' -
v ~ 0.0 O'
O w" CD
N
_A J
OD
CD w
y 0 O.ry Q
m z'
D (A 0 ;K cn O � 1 (o -v c• � Z C- m z
3 Z D Z Z o z ° Q 3 * N
m a WO Z m Z ao D O (�
w O x G> = cn m N m .!
Z 0) rn D m y t4 M < D v 2 m CL .
r- o m ; Z � 0 3
< to D m (n rn K co
m ° ° W cn s a
W Z N
N N 7
Cl) (O m N fC
< ID
D
C/)
Wco m coo 3 co � 3 Z c
° O o
l< A � X A 9< � � < p O'
W O O Cl) O O N O_ O N V Er
Ir N
CD O D O
C
m � m
s
c
m m o0 o a <o m
O O N (r O O O O T
O O O O O O O O 7.
2
O
A A C
O O d
ti
O
cr (D
CL
tv
01 O OD cD O cD aD O PD ?
M in o (n (n o cn 0 ° o o.
Q ° O ° O O O ° o A,-
aD m W w aD co
°O o° °o °o °o °o
Ip W
x Dr
aD aD w o0 m m m (A .
°O °o o °o °o =°o a CL
m m
2
N O N W N --40 O
O O CA O O O O O O O
O O
LA N
W Q _
V A V A W INO U N m C
I
A to A CD O O `t
T
V V V V V V
7
O O O O O O O O O Imp
O) V co V
yyV W 0mD OWi pVp m V O
90
fn A ^
A N N W A N O O O b$1
N W Imp
T
N W
W W En
W N W rr 0
O �\
m
o ° y U)
g o o N m
F o
N v
<O
N w aD rn
N N a-i
4D m w C O
(A (D
v �
m
cn In co A V Imp w
O N 01 CD
Ir 1
d M
N4a,p, ) o § k ) ( � } ) § 2 f 2
S § k z 0 # \ g S 7 2 2 .
3 } \ \ } ol $ / 2 \ . 7 E
n \ m ~
§ t ¢ $ § t a \ $ / § 4
OD N) ) K � C ~ m
§ ) (
$ ■ ]
\ 3 2 2 3 Q 0Im
o 0 2 � 7 3 3 §E
\ k G o s q 2
2 ° ® / )
E W
co (
m \ I�
PO !3D co CD co
/ (
8 8 S 0 0 § k :
C')
■ !
7 '
0 PD
§ a « \
§
PD §
J �
§ 0 C }
PO 90 CD W
0 CD
a C) 0 0 0(A CA 0 0 (
IQ
co t1a OD 4- o «co
�\
0 0 \ 0 0 0 0 0 CD
�
o
M j � j B
§
m /
0 M
w a c 7
/ �_ M
CO) \ D
# B 0 g /
\ / § ®
k k�
co
® o RE
CA z � \
PD
{ / 6
O W WO (�D N 0 .
m m 3 x � m
m o on w w m o Q CD
m m m N N � o w a w �
mc_w m w
3 " V Q y `^ m 3 '0 w p,
(D-p•G N l0 CD O F' O 1J
I/ o CD , a) mV. `W
CD _ ffl d 7 0 �_ •� 't= D 94) a O a n
3 ° l 0 3 L y T rn N m s � 0 Q 0
�mwa Z �� m ? ° o °— o �cnw Dy m ° I
c m y
CD Q OC G m III C .N d N t 0-`�`G n?� o ?ID
n a - _ CD Ri
X 0 m o z a a y n m m 4 n a o -° m
CD
T 0cno ?� mc s rb N�'06 > ; ° � o
C (/J cwi ° a Dpi I Q ^ 3 ,c
y Q n N D ° p w 0 o n o�o ° m m o CD
o a m �� cn 5, m w N C:: �� Q -� y J zy(D �'� O n w Ill O Q O cn O E N N a O
nwoc D � aD � oo n �o o' > >� o
m - p ?m w m m -� NQ� O w m dr1 -0
C/) - � �� Q � o � "ova > a ap m
m ° o CD 0 1 10 O o
A ° 7 w o ^'.n S. a w v m 7� w_ m
p O 0 O
CD 11
�� o0 O j.oJO o ?n CDICD1 °f "fin
F o o m m o m m m 0 m CD , j a
ID o y C m F n m Cr
O � R nc c �° c r �a� 7 n w o �c
Q su
s Cn-m� m aa� j 0 D0 03 N o
mm0 0 F ^va m o
ow ° z fDno� n ?oma �� p �`D
m' `-°
(n p p N N ?. w n CD
7 7
vi N W n m N (D 01 S 3 a d CD
ID En o 3w� n O00 0-7n � O
(ID n CD O 0 0 N 7Jn 7 3
to CD
O c w C
7 :3 0 a,< (D co w CD ^ A=C m
� t c o o
. j -
_1
(n z
c= m
w
Om
D
O (� D 37
mZ`�+ G,z N � Q
0
cyc. ' m
?�� x
o0n m m m
1 0 X -�� 0 m
>o-
M;z �1 37
o,Z z Sr y m m
m°n m F� � m
�'.r- � m ooaw Z
zn D
y b &&a g m
, < � $ CL
c
9 � o cn
oy x m g 3
M_�} w o m
m
Ow
z N -
(n T 0 0) y z
m n cD m(D0 (D
G)
n n w n n
MM v X30 cn
ti T '� (n
CD c m
O
p 0 0 y
T{ m 0 (D 0)
r C O c ] O 0
�. D
z Z J
Z V a
o N rn
M x O cD C
mm Z 0-O O lG
C — cn N rn
oo Tw y 3 O v
z CD
v ND ya Q (n Gn
o n w-0 m
CD
Q p
OO 0 C <
�
(D w
a cD a
m� -
D n cn O cn -a W Z C- m z n
cn a' W O Z Z Z ° cn r o a o A
cn m D O
O G) cn r m y
Z rn y D y d
n CD 0 r D C r- (7, m n 9 d m
R1 `° < C� O M m `A° D Z m O
y D m N rn m w S D O
m O CO r O In W C1
W G1 -V+ Z V 5>
W N N 7
CO mm N (Q
ch< N
D
3 m co 3 co c a co � 3 z o on
'5 2 co co W 'O O N O'
z Z � � m � z m z C.o
o O w o O o O o crn
Cr N
N O N
V Oco 0.0
mC m
m w m 90 io 90
CT N O Ui C" O CT N O
O O O O O O O O O C
CD — CD O CD p 7L CD
0 6 O tr N O U1 U1 O T
O O O O O O O O CD 7.
2
A A A A C
O O p p y
F
0
y
C O
7 CD
N
n
CO 71 FO m 90 m O =
C 0 0 O O O O O O O G
O O O O O O O O O 7 W
CD O CD CD O CD CD O 00
O O O O O O O O O A
CD CD
F p
0o m m �
C) o a CL
4
U m
S
00 m O N A N O . N C O
O O O O O O O O O fl/
O O
cn N
N �
CJ CL)
2
V A V A
A m A 0W 0
m CNO rU C
0 o A� w
En
N L�
T O
V V V V � 7
-4 -4 0 00 o ao C
rn
� rn
Q) ^� —
a CD
V (D OD P N A ^ N
A
A O O OO N O O O b$1 v v
O V fL0
W O T
N co T W
N
A
W tNl1
00 -4 T
V y
O O CIO
O O O CD
A 3
A W
O (D A n
WpW W
OD c O A A
i4
V o
V V r
N j
V pOj L" A (D
V N O NO
V W O
W �G N COIL
cn -< N m z
n
z � v m
Z � o
m y co I< N CD
O m a
co z m
X 30
In V om D
0
N n d T
m m
v fA
O 0� 'O
m m
;o M
O
0.0
P 71 w
cn in o s
0 0 o c
m
00
Ch 0 0 00 z
2
0
c
da
O
r A
c o•
W
d
n
CL
m o w
0 0 00 A
-a
: w
W W y
°o o a : o Z rn
w
n
rn
A 0 c U) ^� C
0
3 o rn(n O v
V A d C
A OOi N K
T
V V V
7
V V V 10
O O O A
N 000 W T aq
Go Go p
v
<O T
N
W
O
i0 T
t0 w
O
O /D
p
N N
O ('J
N
V G
9D C O
�o r
v �
m
rn m _
N
W V O O
V N N cn
w�v yvo m ° w,
•v m
N
A m 7 (vJ w
sz to -n 0 f» n 7"< p N ~ m
y N m N N >• O m a O C En
to S> w 7 f O cr
1 au c N cr
p (n m O m m
m 3� NQ c 3- 0 fa m
7 7 (p m w 0 al(�, �<
O m N a`< Z
77 a o d w p, D m m m a
m w � ��� 17 wa m
CD 7? j' T f'y 3 y O f0 y'3 cr 7 • C O
w T ?7 S m y m G m
3 < m w m m O d fn V C O. y m
Fr CD 00 o m pCy H 7 J.m m7 M �cr \ m m m o
y j m 7 W ?'m m O a(O Z, m Vi
° o m oN om ' m = -f� Ib cn mm o m m
Cl)CD ID •G m Q< o I a CD
vw m °' ° a' o 0 1 n °m° m °
T. m ��(n5 mo �N (D czm� u m �� g
m yw o ° 6 7 ` m wf� ;
CL v m 3'$ moo n� o o p 7 c. m
m o D y m 3 0 m w o v
a 3 m N 7o w
7 m- ?j m o m vl N (fl V O m y O a 7 n m
w -0 � a Q 7.14 0 , '(D CL n 7 o Q o
�� -lari rim ° mac Q mm� °: 7'ws m
v 7 m o m o o .� o vy _ m 3
fto CD °i '"°-' m `-° m 0 (n � _ Ez O c.m I-1 a F �p m
ID a 1 �c a�vl
'Om 'O 7 SO (D dm _m 9 d m ' 1�
m n Z n�� c m c- S CL 3 m
mm3 _ p o �<
3 � � (n ��� ` aa� F (+vwa w °-
d m m m -
y (n Q C (mn °p (B 5—,
-N°
CCD) 7 ° mo a m
O m Z . �p
j y O y K°'m W m w S mad s n
a'cl CD cl ?CD s= 3 ao'o OL o C rn^
M y 3J O m w 8.n N N C O N 7 \ I
O m m _ Q _ c� p
ID G7 r-m oo Q y o o w T
o 0 N D Cr M w 0 0) m N a � N lc.► o o N .�
N D K . % C �• t0 N a 7• m 7 (n G
n m ' 3 d 7'7m �w a G < v ? S � � v
�°.. 7 w -°..m m m (c W a.0 - m m m
3 t�J�
N
Z 7
0mm rl m
=zo L}Z
X
mZr � O �' m
c DC.•. X =
os° ff7 X � ❑ m
01y� n -n
aOT m Z I 2
800 9 Z � '_
o o S m ° - omo
D _� g
z?� ► b .c L@
cv 0 ° c
o ID O X 9 m
cn myO ° m
()m (p m W
c
O In
m n O
Z N -
O p N Z
CL( a
41 (D 7 (D 0
(n m y
z 3 3 3 5
ml-D + (n o c r _
m cc cm
3
z z (" :3 o
i
cn O; m N m
D m
T< m m� Sr CD
-�(n ,XD
c 7
„m
D0 a CD
D 7c �
01 0 3 <
mm Z CCD' 0
c oO N
N
° y in Q
D w U N
O N o 7
Q N Q
m
_ a ma
S ma
cn 0 ?� 0 O ; -i N v w a z c- m z n
r °
O z z z a 0 z ' o CD
W O D z A =-j (11 F. D o
z N°D z V C N p
a
p m n rn aD (n 0 z
x m O D < 6 : m x C m d
O n o C, m D m p
Z to D m to rn 3 g 0 D =
0 N w a
O W z V r a
N N ;K U) fG
W to m
CD
D
m �-> 5; m S m 5 5 m z v
U W W co CD w co N Q
O
;7 :l1 'o ;7 :0 .Z1 :il 0
M ;u ;d fD z A m � ; z
oz O o O o O o N
r
� 1
0 0 o v
CD m D °v
c
m (D
w O 0 aD O m oD O PD -{
N Cn O (T N O (A " O ?
O O O O O O O O O C
O OD d1 O
T
O O O O M.
O
A A C
O O y
O O +
O
1
N
r
C °•
7 m
d
(1
3 =r
0 CL
CD
A C
m m
>t x
m (n
o a .
to m
x
O A D1 co O d1 O O) ° p
CA C
O O O O O O O O O
O O
Q) �
O N
AA A W m C v (N (n V A d
0001 A 0) co
CD W`G
T
y, �1 V V `pV V (0 o
QN cn �N co (0n '1Y_\fT ((n (0n CD
.q . m aD OD m c0 V M
A CAD C4 O N OOD O O O Yb11
W 0 V
i0 N W
(O A OD C7
A
y
O O 00 A
N
OOD OAi V (C1
V
(0 W OD c
OD O 0) 0
M
z m rn
co
OD Uri O ti ° N
(w0 V � N -+ (On
Ui v W D Cl) c 0 0 m nNi D � m C" m z
O N 1/ m D W x N m � -zi N p m
G Vl W W Cl) (4 O (n `G ur CD
z (D
m c N & v -4 A m D p D OD
m m ga a
0) co cn b) x 0 rn D of
D c D z m r o (o x C
N N (1) coo ti m N C" a
N o co D, n m o co a
co
W (n N (p
m
m O O m m yr
W ' a W W 3o W O m m
x X A ;u e
r
�
z p O Z � x Z
o o o O- o
5—' co 0)5—' 0) °—' cWi,
A O C L
(n N U 0 O
O O O o O c
CD CD OD CD
T
O O O O
2
O
C
d
w
O
CO) RL
c CD
O,
ID
m
o a
ao ao ao ao o ao o w
00 00 0 O 0 0 O 0 c
0 (D
90 90 90 OD .
O O O 00 G
2�
CD CD O O W N W CO O O
C
O O O 0 0 O O O O O tl7
2
A m W v A O .Z1 C
d
T
co A m A 0 (D`G
CD 0
yVy Oo �(�pppp
m W W N W 0 A N co OD (A
0 V W N T_ (n `
co W 0) V C m
C.)l
_ , m
U) o0
N 0) C ^'
W (Vn A X N
� o m
0
v
CO) c.
00
W V V 7' 3
N (D N A n
v
O (p
N rn c O
W N W UOi O bi `
T 7
(O (D
z (D Q1
A O) »
V O Q O O
(n 0 o V m 3 0
N W W W N N Ln
(pDW ° wn w 01 o _ O
�� dvo w om = o`
w 'O �N3 7 �V 7
,gym t w x � C m CD
P W W W a N ) n?�< O y a W
- '0
7' o ° aN7�
7"7'W 7 F O _D C—N U fD •� w p�
U).U� O N� 3,D V Cr n O 3 O P
N=CD y O (�
N-0 �N y 7 O. �� < z
� ° m°c ^--D-0) a m Q. a� ° d
_ _ f,y 61� 7'N Q -7 ID .3 �_.O
° w ? � 7T7 �? 31 s �m 't` °�ytD� 77 0 0 �
7 W y CD
ID
° O Q d W 'O.° a 7 7- V-`G < a s G y' j
CD CD tD CD 7 � CD y O W N 2 ,� N col, 5 ,2
7 m CD N 'D fD O.t0 y w 7' 'G
CD coo Z � aa3 y .m cc- 'D- o o � p m
m pcn v w > yc ]`� Ib vwiTin ' �' W
o �.� Q =� Wpm -� ym C (� p amPa a< o m
W V y d Q 7 ( o N N
CD
O m m W S°^w tm C W
p7 m 7 O fD O 7 C
m " s So =o
(O_C D� ?°' 3
ID O ° m Q :-0 ° m» o
CD O y O O
N. D CL -0 53
P w a
7 R cD(i d�7 pO p. CL 3
O O O ° &O w M ` _ d m W a `c
p 7 C:3 to W O O Q c 7 a
-0'COD v 7p � � §.� p� m afD-.m 9 a m
r cr
O� Q W n C`OG O. y N C S Q 7 7 (o v
CD
'p m n 7' Z O C lD fD A 3 _ G y d y O ••WC C/) `.
d 7 '� O. CD
y 0 C ai O t0 x O N °. I^ N (D•fD- N
O W z v 7 N ID m �D O v• y 7 M C• O' O'
� y O m (D ID v �7 3`�`, a
N C W O-aa .a,W W W tDpa W. O C
`� ,M o m CD
o' No �7 7 7 y
ir
ID fD y O
r 6O O a
0 (A > � 5. N (1) o o� C�7
=r
° y.c � 7 � rDDm m 7
C d CO -. 7 a S�W AW 0 C < S S
S a 5- W °m N (D N ��� — CD tD CD
'C
w c= ►�mz m
oQf� (`}y
mgr f sS ° y m
m 0 r J Q F m
N1y/� n T
...SOT -0 z Z
(nPa O ' wmm L7
8000 9 z �y .0 m
°m Z Q ..(( W ° 7 7 m
m 0 J n A 7 a N
z 1 i �� T
v'< .S j O C.
O I CD W !; 3m
T� CD w D OD m
0m D W y
c pt p, 0) D
O m y C n v
z0 O y pt N Z
En S 7 CD mm y o.° W n D
m z 5 3 3 3. cn
0 m D CD cn
C 7 m
z m O p p Q
z 7 O
fD
{
�' D
m m
X
Fn C X c W
y O 7
r f m m
D n( m
m z =N a
z� Di to c
0--1 O m 3 c
yx z vo 0
MM m —
n Q ' y
tD W
O 2 Z V) Q
p wy
ff 7
n —W
o w,
N �
$ m0
O c N - m m f D N 0 T o C- m z Cl)
o z o i Q 3
0 o m 0, o N Z W Z O
y v, X m 0 �p
w � D 0 D OD ? m D c A m j• 0 O 4
A o '° O Z 6 m 77C ro D o m a m
GZ pA [00 r N co m 0 pOp m
Cl) V m N Z � a O
N 0 m O OD it A O N d En
1
m D m m cc
� N
D
N
2
3 3 5� 3 m m 3 z
maO o -0 o C (N cp m -/0(p D o m m o
G v
U
o A gi 'I
N � p �
a
ju O N z� a Z Z Z Z
fn t"4 A -4 V m
90 P PD 90
O O 0 .
O 0 0 0 0
PO m m 0 m
0 0 0 0 o m
0 0 0 0 0 �.
0
0
c
y �
m
" F
0
r A
CD 0.
0 m
m
00 O OD O O N 3
O o O O o 0 0 d
O
O p O
0 0 0 N
CD N
W R•
ao 0o m CO)
0 00 C O.
m
to
N O O O 01 O co N O p
C
O O o O O O O O a
O O
O) if
O O
OD Q _
cN0 A O fN0 W o
ccn Cn d C
N f0 N N cD .•.�
A 0) + A O N K
T
V �, V V O•
Vim+ 7
O o
cO co t0 W W W N �
VWi 90 •OO AO W W O�W1 W V pppp�
w O O W W A N N M
V N N
O A A T
W V O fJ
co A + m
f0 W _W
V W
0 io oD T
co O O h
O O O
o O O (
c�0 N OD
0) o <0 4!
O A to 1np
A O N N
fJ cn c O
M 00)i O N�1 t
C
N ID
w
V N N N
Ot
N
QI � O 0
A O A N W C"
0 C N N v m z
�nr+ Z °A n Z o
W O p I w o m �R
'o z C z °' r 1D i C
m m N ,°', 0 A a
o) D y o d m N
w w D C
N { N w Da —
C
ca a T
Z w H 7
N (Q
1p O
W
�; m o r a
v Ma
O O O N L.
z ' ' a c rn
o
W m :3 rn
w 0 Cl) c�,
o
N CD m
3 o
90 90 90
O O O
0 0
Oo
T
O 3.
O
C
y �
Di
O
r m
c c
m
n
cD 3 mr
m
OD
o c
o m
CD
m
Q .
0
OD OD !l)
O O
C
O O O f�l
? y C
fD
J
J O
N N Q\ N
co CZ
C4 Q
Go 07
V
O �
V v
QI
A Vn
oD !.D T
OD co
O O
O O
O O N
o rn 3
in
co fp
v, m �
N
r 01
w C O
N N
_ Z
N D w
OD N O NO
N d 3 O
OD A N A On
N�� CD o
� 'O NV tnN3m m� N
A .7..3 v �; f1 v y w 0
-n CD FCC O p� ID '
cr
y N m N fmii 7 p.m a p C f 7 `Q
cn a N_
S 7 N 7 � n OD C fD Q'N 'G ID
�•° w N(O 3 m 3-
I/ }
'
L 1 D
m w O �CD 7 3-0 Q,N (D Z rn< w 7'
� mwa Z .1D o3 W � �o C acs am
CD m° o' m �j N N
CD
7 7 0 X11 m�p o �� o Cn CJ1
rn
y3m7 omo ym (om � a(o - ° >�in ��. m v N
x m o c»a v ccs, .{� b �m y 7 0 ° � 3 p m j
m N m T w O w m 7 V"' O w 3 7 7' ► n N LJ1 v'
W m N N Iowa o� o J n C: o � a o ^ <
CA Q-7 �� n 3m �7 � w N C� m� N � (D ��e o { —
0 w m _.� y^ o fO <n o m w g
CD awo D N �m � mgj h;:! o 0 ov m
3 a w a w m
CD 0 ID f 'vQ �mtn N 0 a on C� o �� , oma
CD S
7 v (3D -1 N 0 n m m • Q 3 m y 7 c m
v a T v m v O p 0 O-� Q N
?O N y ?.o 7 7 w a O-7-m 7 O C
Cr 61 O y O (O 5,0-0 3 n p A 0 S.(D w x 7 `o<
w O N m
CD 2)
_a m (nw opoQ v-ocQ ° � ° a
f-O O T 0 7 m 7'O 7 N a m p$j a m 'G
(oQ6i
m � a� _ �D>w >o co ma N3 N mI Z mD a Fo m�N y a2 i m o
JJ
N
Ly O a C y 7 7 �O 7 N O O•Z o N � D
zr
m
a
m N O I K a a m m m m 7�: .w. O
C 3 3(0 o o w CD 7o CD 3
0 v 3 m 7 3 7►o'Cr a(� 2
s
m w w (D m AC N 7
77S � c7imw � �< m .
°O-o N D Q N m w y y »H a N o 0
O N C �. 7 �O T N m = 7 7
cd cn � 7 a ?�w �wa < s
9F a a w °m m m m m m m
'C
(�c
CO= z m
I O:E v Q
x
m9(r- a o N m
c1C,,, 1 X =
3� � m m
W
I I S n T
-(Or m ? _ I Z
N r i/ O 7 N(WI) O m
8000 9 N
omzQ z 0 w
M 0 0 < � o O n w Z
�T r D c w g T
z?L 1 b �c m
<� .S �9 .0 o ccn
O- Q'< (D m XM
R (D w T
c(" mw < w D_
Om Nca n
z o w N Z
m N n7 7
m w o- D
z '3o a cn
1m 1 N C ^ N
��
zZ o 0 Sr
z <
gN asam CA
Or m N
a m
T< m N-o N
r f N n
„
2 > a m CD
m A D ?c
o (°(D 3 <
N S 2 x N
O 0 0
m -
C O O y
C7 Z 1 N-0 O-
N
v s Cn m
N n 7
N a N
�a mam n
m m
0 C � 0 U) m •.. D C p m Z
� c 3 o CD
�f w Dr M w N A y
00 C = w
CD
D O
co rn � »
n N CD n D '1 p m
�
m
m
�t
-4 m
N W V+ n m N G
w �
m (D m (a co
m
D
N
2
m v a) m a uor c
- o
�
M 0 7
fD z
;o o O o cn
m rn m c" rvv x-i
coo OD D 0.1
c
m
`^ � 0 0 o c
a M
m rn rn ao w
o N T .
�.. S
� C o
m M f
v
CO)
c
ID
d
ao ao a m CL
CL
c
CD
A �
x x
m to
o .
_q a
� 3
(O �
i
A ao 'm O A C O
O O O O O O
O O
O OI
� O
(\11 (p x
K) m V :I,- N[ OOi A c
N N A t0 ed+1
A A A W ID K
�. "n
C V V V
V
7
(O" ((A 'V CA (U "" (C A
J\ C
t00 W pU T -4y mop ��Opp
N A co A A `mC W
r W {M_
N O C1
W V
t0 OD
V •T!
V co
O O
O O
O O W
m 3
v
m m a-�
I. c o
c
obi �
�p N
OND O A fD O
O V -u p
Owf V Ic d W to
cn D w p w n 1%0001 rn w=F a w a -
a my o W-O m m = o ,
co� m
) (n)I=lr'< o N m
y d m y N C,
cr
7 O.m O. C a `< .
7Fn °wcn o m w m N
Nwpy Q4N m 3
CD
m m ao my �> a °c 1w� c
wD� a CD / p z
M F �mv m� m a nr 3a V
m ? -3 T Q.3 N 7 O 10 y'7 or
O_ O C m Q
3 o N m
° mQn m °(o �" fD.��� � C -4 ad. o z m
IDm WCNm Owm7m Ili � a,a< < ma CD m
ID m Cl 7 QJ C 7_.m N O m 9 2 '1/ (»�< m ^ ,2
7 m y m m m m a10 N 7� N �< m
X ° m o Z ° a Cl-3 w .m m b m 0 n O {
m T O �.0 �' m j uWi W N 7
LIZ,
CD C,- LIZ, ° 7 ° awf�fy✓,;` 3
N Cl.n N- S c -D 1 `'0 w o°
0 CD .o f o gin m d S N 0 /ry 0 / 0� ?O�' � N0 m Q _a wl�
m 3 � 0(D � 3 aa° o a a°N
' m o s
3 am ; w ov . � � n m m ID-00' w ID m Nm oa o n p
�_ w O N
.3 CD m o O CL m a o� w o
-0-° N mw` N O
° o?m a '�Q wa w m
.� a( ono o Q g o m =
CD m aN m w
m
^Na m o
IM
N N O C O' D. N
Z, as_ (o o g a
g y o y a m m m w 3m a rJ °
m aav° a mm 75? n; 00
Qam �(�� ° 7 w CD
31m 7 3
> >� T MD 77 3300 a(�� O 3
=.3 O o �c m w 8 m m �E o m
m A m CO O '�Nn SoO cr
O n - 3) wr?( 7
7
D o y y w w N r N �: N O O
C Q K C „ 7 (D-0 m m =r 7 7
(n ( z D
Omm �" 3
iZ`L-�' Q'Z x CQ
cS r C A O N m <
D C 1 X
Z-(ni �3 n m
�� m M
°�pr x -0
—i O m
'0 n m O
1 C3^N'R � � � � m o w m O
80001 $� _ z N w M
oDZO �( w �mm� m
N n
y L 7.C
Z 6 � d m T
M 0 ,rc 7
0 � G 0mCDm
c"' m m w d
(D O wv < 7 D
Zm NO Vf o y o
w N Z
N.-
(n < m0„m p- C7
ma \ z 3 0 �
nim � me >-
Om D - w
2z m ='° Sr
Aim m
0 m N
N
0< m (D n � N
EDM D fa7n
mm z -m a
D \ D C
0-4 -2
0 3 <
U)3: 0 Qo m
mm m =
m m w
50 = m
Z"( N'w0 0-
0 D w U m
N 7
0 N cr D
w
m D a m a
m�
�. RECEIVED
JUL ° 5 2005
City of Renton
TO: FINANCE DIRECTOR DATE. Accountlffl%
FROM: TRANSPORTATION SYSTEMS DIRECTOR
CONTRACTOR: Northwest Cascade
CONTRACT NO. CAG 05-008 ESTIMATE NO. 3(Final)
PROJECT: Lake Washington Boulevard Slip Plane
1. CONTRACTOR EARNINGS THIS ESTIMATE $ 121,837.47
2. SALES TAX @ 8.80%
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 121,837.47
4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 309,556.54
5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 115,745.60
6. SUBTOTAL-CONTRACTOR PAYMENTS $ 425,302.14
7. RETAINAGE ON PREVIOUS EARNINGS $ 16,292.45
8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 6,091.87
9. SUBTOTAL-RETAINAGE $ 22,384.32
10. SALES TAX PREVIOUSLY PAID
11. SALES TAX DUE THIS ESTIMATE $ -
12. SUBTOTAL-SALESTAX $ -
* (95 01oxLINEI)
** (RETAINAGE:5%) GRAND TOTAL: $ 447,686.46
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR(Lines 5 and 11): $ 115,745.60 Jf
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
RETAINED AMOUNT(Line 8): $ 6,091.87 ' v.
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
TOTAL THIS ESTIMATE: $ 121,837.47 J! -
CHARTER 116,LAWS OF 1965
CITY OF RENTON CERTIFICATION
I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY Of
PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THI
SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBEI
HEREIN,AND THAT THE CLAIM,^k JUST,DUE AND UNPAII
OBLIGATION AGAINST THE F RENTON,AND THAT I AN
AUTHORIZED TO AUTHEN CA AND CE TO SAID CLAIN
SIGNED:
� • F
N Np u N Nu yy rr S
f f f iMi nffm
p p N • W N � O b p V S N � y N + O O O V p N 4 Y N r
a N N N N
ap spy V
0 (1 �
L IL
S O H A a ["� A rw O rO G nV V � mO mO O O 0y1 Ire N rN N N NO S O O O O rO rO O L S
v N N M N N N M M N N N M M N M M N N N N M N N M N M M N N N
Ur VI N + V V N N Y N V H
$ $ 8 $ 8 $ g g 8 8 g 8 $ $ $ 8 8 8 8 8 g $ 8 O 8 8 4 8
m
Q N M
`pQ6jQ N M N N N N N M N N N N N N N }QN� N N N N N N N N N M N M
G Sy + N N
O C
M I N N M N N N N M N N N M N N N N
M M M M N N M N N N N M N N M
3 8 $ 8 8 8 $ 8 Y 8 8 8 8 8 8
N N N N M h N N N N M N N N N N N N N N N N N N N N N N N N N N
N U N fp ♦ fl N OI O j
x
O O m m m > > m J mJ m JmJ m m m m p� ry
a a a a a a a a a a rF
.Z
A
3
D D
O�
® ti
-I 3 3 n n 0
7 �, m y _ m D m
dt 6 g m -' ¢ $ E Q g $ a d $ d 3 Q o z 3
o s
on
2 Z O o o f O A n o 0 3 �c
�'
�' Sc § v o m b y o a m
m c ➢ W 3
3 ti A 2 n 5 O b c7 a
D
O o N m
0 3
� 3
c �
o
� d
rn g rn $ 8 8 9 8 8 9 8 $ 8 . $ 8 8 ° 8 8 'm 8 8 8 8
VI V1 fA y N y < < y D ➢ D 3 < T T N Z ( T y y D D V1 y N
N c
�S V
z
d n
� 3D3
N w m
O O ' W ONO t0 U O O O O O -+ eC
^ - a
03 � � � � � - - - - - - - - - - - - - - - - - -
0 v
p A �
A A
W O m
V V O ppi S O N S O O U S S V O O S A O m A S O S N (OJT N S ^
W O W O O O O O O O
g � o g O O O O O O N O U W O O O O O O O O
oos0000 0000000gos000goog o
and �
o 0 0 0 0 o w w 0 0 o rn o j j o 0 0 0 0 o 0 0 o
ry d 0 0 0 0 0 0 ^�
^ O O O O O O p O O S O U O O O O O O S O U O O O V o
qq! Q
0 3
� c
N p•`� N N j W r tm O S
v O U U O U O W U OJ N U (D A O
m (D O IV IU O - Oi N
i m m N O S S m OVi U O O O O O O
O ' O O ' S S S S S S
o m m O w o 0 0 0 m E00., 0 0 0 0 0 0 0
O p O O O O O O O O O V O O O O O W N O IU O O O w O
= O O O O 00 Oo O O p O W O O O O N O O O U O O O W O g
Eq f9 EA f9 bl f9 EA EA EA EA EA yi EA fA f9 - - EA - - - - - - - fA fA Hi � fA
E^ A N W A W N P m W v J oW J J o m W V J m O pO S m W O N U O O U N U W O N
yy 0 N
93
O O O O O S S S S p 1 18
0 0 N
O O O O J O 7
O O O O N O O O o o O
p p O S ! O � O O O O O O O O O
O O O O Uu
E S
4i � fA FA Ep � E9 � � f9 fA fA fA fA fA Eli f9 � fA EA fA iA Vi fA <A EA EA � � EA fN fA
J J V U
m w N U (D O N W m W O 91 O " O 0 O W N O U O O W W O(P O O A O A O O U p O
3
O O O O O O
rn m m °O S o° °o $ °o S S a °o °o $ EJi, oo m po °o °o po S °o
t
. ro o m . 0 0 0 0 0 0
O O O O O a? O O O 3
TO: FINANCE DIRECTOR DATE. 5/30/2005
FROM: TRANSPORTATION SYSTEMS DIRECTOR
CONTRACTOR: Northwest Cascade
CONTRACT NO. CAG 05-008 ESTIMATE NO. 2
PROJECT: Lake Washington Boulevard Slip Plane
1. CONTRACTOR EARNINGS THIS ESTIMATE $ 124,946.47
2. SALES TAX @ 8.80%
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 124,946.47
4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 190,857.39
5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 118,699.15
6. SUBTOTAL-CONTRACTOR PAYMENTS $ 309,556.54
7. RETAINAGE ON PREVIOUS EARNINGS $ 10,045.13
8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 6,247.32
9. SUBTOTAL-RETAINAGE $ 16,292.45
10. SALES TAX PREVIOUSLY PAID
11. SALES TAX DUE THIS ESTIMATE $ -
12. SUBTOTAL-SALES TAX $ -
* (95%xLINEl)
**(RETAINAGE:5%) GRAND TOTAL: $ 325,848.99
FINANCE DEPARTMENT ACTION:
Jr
PAYMENT TO CONTRACTOR Lines 5 and 11 :
( ) $ 118,699.15 �
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
RETAINED AMOUNT(Line 8): $ 61247.32
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
r�
TOTAL THIS ESTIMATE: $ 124,946.47
CIIARTER 116,LAWS OF 1965
CITY OF RENTON CERTIFICATION
I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY 01
PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THI
SERVICES RENDERED ORTHE LABOR PERFORMED AS DESCRIBEI
HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAII
OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AN
AUTHORIZED TO AUT TE AND CERTIFY TO SAID CLAIN
SIGNED:
0� Qa�
GGO
3
S'n
3
{ z
a T w
or or
x x i 3 E
Rx
13
s3
o
S
s3 -
3 » » » » c
g
$ o $ $ $ S $ o 6. S $ o
s� 3
�S� »
8
mg N
s ego °
i
3
S ;
8 .1A 9 3
ssss $ o 0898
» » » - - �
os g s8 � os �
8 -, 8 {
o
TO: FINANCE DIRECTOR DATE.
5/12/2005
FROM: TRANSPORTATION SYSTEMS DIRECTOR
CONTRACTOR: Northwest Cascade
CONTRACT NO. CAG 05-008 ESTIMATE NO.
10-,
PROJECT: Lake Washington Boulevard Slip Plane
1. CONTRACTOR EARNINGS THIS ESTIMATE $ 200,092.52
2. SALES TAX @ 8.80%
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE
$ 200,092.52
4. EARNINGS PREVIOUSLY PAID CONTRACTOR $
5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 190,087.89 <— ERG, Q, 'Z. ?�+
6 SUBTOTAL-CONTRACTOR PAYMENTS
$ 190,087.89
7. RETAINAGE ON PREVIOUS EARNINGS $
8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 10,004.63 Iy,Lw1 S' 3
9. SUBTOTAL-RETAINAGE
10. SALES TAX PREVIOUSLY PAID $ 10,004.63
11. SALES TAX DUE THIS ESTIMATE $
12• SUBTOTAL-SALES TAX $
**(RETAINAGE:S%) GRAND TOTAL: -T00,091.52 �c}�GCJL,52
$ ,092.52+�-
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR(Lines 5 and 11): zf�,
I`�l� 190,087.89
ACCOUNT 317.012302.016.5950.0030.67/25547/5354s
RETAINED AMOUNT(Line 8):
0,0L45* 13 10,004.63
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
rNo+"L
TOTAL THIS ESTIMATE: $ 7200,092.52
CHARTER 116,LAWS OF 1965 e-0 ej U •S Z
CITY OF RENTON CERTIFICATION
I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OI
PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,TM
SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBEI
HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAII
OBLIGATION AGAINST THE CIT F ON,AND THAT I AN
AUTHORIZED TO AUTHENTI TE AN CERTIFY TO SAID CLAIN
SIGNED:
/ /li5 i',AAI c ICS tl � TGrC�1Cc3 �y>Ylc � �ln� C
t
op ppp �
8 8 8 $ $ $ S O N S y O $ $ $ o YN N
8 a � a 14 8 $ $ $
CM N N p 8 N w N M p M N N N 8 p c N p N N N p w M p N G N N N p N N w w
g S S S S
pp C pp C O O O R N O G G C
O H r YI r N � YI fV Y1 N N � Q
GC N CN N
M M N N N N N M p N N N N p M p p N w p p N N N M H
N N p N
a O Q G O Ca
OW
N N M N N N N N M N N N N N N N M N N N N N N N N N
w w
0 A
t sa
5Q8 8 8 8 8 8Q 8q 8Q !g� 5$� $ C W
S R a S x S o f & S o "r4 tYi o S 8 3 a o 3
C CC i0 Yy Vy 6
a o�CO
H M M N N N M N M N M N N N N . N N w . N . . N . .
O
4 y
W �
w
B
8 p p p p p p 4 W pJ Jp C JC J p JC
8 8g O O O O S S 8 0 0 0 0 �
N Cl CI YI
W O
Y b
a p <U
w p p
m
4 �
a
a
4
b u 9 x
S � e
� �qy ttpp
4
y dil�
Ya a a aHa � �
TO: FINANCE DIRECTOR DATE. 5/12/2005
FROM: TRANSPORTATION SYSTEMS DIRECTOR
CONTRACTOR: Northwest Cascade
CONTRACT NO. CAG 05-008 ESTIMATE NO. 1
PROJECT: Lake Washington Boulevard Slip Plane
1. CONTRACTOR EARNINGS THIS ESTIMATE $ 200,092.52
2. SALES TAX @ 8.80%
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 200,092.52
4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ -
5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 190,087.89
6. SUBTOTAL-CONTRACTOR PAYMENTS $ 190,087.89
7. RETAINAGE ON PREVIOUS EARNINGS $ -
8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 10,004.63
9. SUBTOTAL-RETAINAGE $ 10,004.63
10. SALES TAX PREVIOUSLY PAID
11. SALES TAX DUE THIS ESTIMATE $ -
12. SUBTOTAL-SALES TAX $ -
* (95%xLINEI)
**(RETAINAGE:5%) GRAND TOTAL: $ 200,092.52
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR(Lines 5 and 11): $ 190,087.89
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
RETAINED AMOUNT(Line 8): $ 10,004.63
ACCOUNT 317.012302.016.5950.0030.67/25547/5354
TOTAL THIS ESTIMATE: $ 200,092.52
CHARTER 116,LAWS OF 1965
CITY OF RENTON CERTIFICATION
I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OI
PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THI
SERVICES RENDERED ORTHE LABOR PERFORMED AS DESCRIBEI
HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAH
OBLIGATION AGAINST THE CII ON,AND THAT I Ab
AUTHORIZED TO AUTHENTI TE AN CERTIFY TO SAID CLAM
SIGNED:
N «
A A W N O W A W m W A W
s�
m �
xo
0 0 57 gg y S a g ag a g ag s a S
< � _ ° 5
Y sadm � $
_ IL
1p
N 9 t a
b
� � v
K
Q� T
r 4 C
v 9
°
�3
° o
w w 9
IF
° °p 0 0 ONO m N 0 0 O O O G
v O
a
0
� o
m
pppA � pp 3
O O 8 m 00 NO O N O S V O O O O O) O O O O N N 0 0
O W O O O O O O O O O O O N O N O 0 0 0 0 p 0 0 0 0
O S S O S O S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
M p
=r
mr
r
s
so `n `n a . . » . a . a a a a a a a a a a a - `n » » - - - a
r
O
as
Y fC1 ,
r s
a
E S o 0 0 + 0 0 0 0 o u + g
O O A IU O O 0 N dD W O
G
M H H H M M H b M - - - of - - - H a H M M - - M a a
N N N E>
S O N N N N Vmi V N A N N O 3
0 0 0 0 8 w o S $ 5
N N -
N
O O O N O O O O S O 0 0
O O O O NO NO O O O O O i o 9 p 0 0 0 0 0 0 0 0 +
(a G O O O 0 O 0 V 0 lob C C V O
8 C 0 O S N 0 0 W O
3
b y H b y H H y - H M y y H H - - H H H H H H H M y y M H N
8 S 8 NN N ppN� N ppN V N A N + N O L
N N N O S O
lli N O G O C N 00 O 00 00 O G 010
N N O O O N O O O O O O
OAI N N O W N N N N O OVI W S
F.
GLACIER NORTHWEST INC {j -I� S AGE
0
SEATTLE,WA 98111
MAY;!`0 5� �
4 .4 2 _ .
7100 6309 2643 2461 4102 U�_A- 67S goAL-w__
RETURN RECEIPT REQUESTED
CITY OF RENTON
MAY 1 2 2005
.E�vv•►ENEaITY OF RENTON 1055 S GRADY DY WAY RECEIVED
May 62005 RENTON,WA 98055 CITY CLERK'S OFFICE
(2 A 0 o
City of Rent
Accounts payable
38c3a3-3^t32 ft3 {{r{rr{rr{r{{rrtr{r{rr{r{rrr{{rrr{r{rr{{rrr{r{r{r{tr{r{r+r{{r{
PRELIMINARY NOTICE OF INTENT TO CLAIM AGAINST BOND
(Wash. Rev. Code Section 39.08.065)
*****GENERAL CONTRACTOR***** *****LENDER/SURETY*****
NORTHWEST CASCADE, INC.
P.O. BOX 73399
PUYALLUP,WA 98373
*****CUSTOMER***** *****OWNER/REPUTED OWNER*****
VERSATILE DRILLING CONTRACTORS, INC CITY OF RENTON
PO BOX 80287 1055 S GRADY WAY
SEATTLE, WA 98108 RENTON,WA 98055
•You are hereby notified that GLACIER NORTHWEST INC has furnished or will furnish labor, service,equipment or material of
the following general description:AGGREATES&READY MIX for the building structure or other work of improvement known as
NC/LAKE WASH BLVD SLIP PLAN PROJECT project, located at SE 73RD WAY&LAKE WASH. BLVD, Seattle,WA, Assessors or Property
Parcel Number: , County of KING.
•The name of the person or firm who contracted for the purchase of such labor, services,or material is VERSATILE DRILLING
CONTRACTORS, INC, PO BOX 80287, SEATTLE,WA 98108.
------ -An estimate of the total price of the labor, serviceE. equipment or material is$
REQUEST FOR COPY OF PAYMENT BOND AND NAME OF SURETY COMPANY
To Contracting Party: CITY OF RENTON or State Comptroller
The undersigned claimant hereby declares that he has supplied labor or materials as described above, that the payment has
not yet been made therefor, and that he hereby requests that the contracting body furnish a certified copy of the payment
bond, if any,to the claimant,at the address listed above.
NOTICE TO PUBLIC ENTITY OR AGENCY
Also please take notice that contractor and his bond will be held for the payment of said materials, supplies, or
provisions. No suit or action shall be maintained in any court against the contractor or his bond to recover for such
material,supplies,or provisions or any part thereof unless the provisions of Wash. Rev.Code Section 39.08.065 have been
complied with.
Prepared for GLACIER NORTHWEST INC, P. O. BOX 1730, SEATTLE,WA 98111.
- _ C� Jrzs�l F►��-�ler Pmt
EDWINA PLATER Date Prepared:05/11/2005 "d4+A
LIEN SPECIALIST Telephone: (206)768-7638
Program Copyright Frank W.Moore. All Rights Reserved. 916 941-9961. Forms Copyright Pettit Manifold Forms. All Right Reserved. 80 4 cl�j "'�+I �
( ) 9 ( 0) 20767 `�-"%
I_ I
WASHINGTON PUBLIC WORKS
NOTICE TO CONTRACTOR
RCW 39.03 - 39.08.010 - 39.08.030 - 39.08.065
RECE
wED CITY OF RENTON
TO: City of Renton MAC 1 � 2005 MAY 1 2 2005
Renton City Hall 5"'Floor
1055 South Grady Way Accity 0 RPayable CITY CLERKS OFFICE
Renton, WA 98055
CA�-OS -000
YOU ARE HEREBY NOTIFIED THAT THE UNDERSIGNED HAS, AT THE REQUEST OF:
Northwest Cascade
P.O. Box 73399
Puyallup, WA 98373
COMMENCED TO DELIVER AND FURNISH MATERIALS, SUPPLIES AND/OR EQUIPMENT, FOR USE IN
THE CONSTRUCTION, ALTERATION AND/OR REPAIR OF THAT CERTAIN BUILDING OR STRUCTURE
KNOWN AS:
Lake Washington Blvd.
WHICH IS LOCATED UPON THE PROPERTY DESCRIBED AS:
7300 Lake Washington Blvd Renton, WA
PUBLIC ENTITY:
BOND #: BOND CO: Safeco c/o Bratrud Middleton
P.O. Box 2940
Tacoma, WA 98401
YOU ARE FURTHER NOTIFIED THAT THE CONTRACTOR AND HIS BOND AND RETAINED
PERCENTAGE WILL BE HELD FOR PAYMENT FOR SUCH MATERIALS, SUPPLIES OR EQUIPMENT SO
FURNISHED.
DATE: 5/6/05 Sender's Name: DSI-LANG GEOTECH, LLC.
2154 SOUTH STREET,LONG BEACH,CA 90805
Ph: 562/531-6161 Fax: 562/531-3266
Email—seffrah.orlando,(a,dsi-lan2xom
SIGNATURE: DSI JOB # J037839
Seffrah Orlando —Project Assistant TraC �"
4u
Jason Fri PM