Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWWP273549 (3)F
Award Date: py
Awarded to:
2 7 b33 'SC- 400 i�A. %.J 4y
it ZZ
Award Amount: �' 2S.? 2-i 8 .Z g
V -% r3 la o o 2-11 ? 3 to 1-1
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
Construction of:
MNv-1
CAG-13-045
East Renton Lift Station Elimination
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: Michael Benoit
PROJECT NO.
WWP-27-3549
March 2013
(425) 430-7206
City of
�- t
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A 0 'ANj
,
CONSTRUCTION, INC
"Established in 1977"
Emergency Contact Information:
Emergency Contacts
Position
Email Address
Randy Hoffman
President
randy(o)-hofcon.com
Karen Hoffman
Vice President
karen(aD-hofcon.com
Brad Hoffman
Vice President
brad(o)_hofcon.com
Jake Osborn
Foreman
fake
hofcon.com
Bondinq Agent: Email Address
Chad Epple chad.epple(a)-hubinternational.com
Jim Kuich jim.kuich(a)hubinternational.com
27633 SE 4001h Way, PO Box 845
Enumclaw, WA 98022-0845
Office: 360-825-9797
Fax: 360-802-9797
License: HOFFMCI931 D9
Work Phone Cell Phone
360-825-9797 206-423-1261
3607825-9797 206-423-1262
360-825-9797 206-423-1265
360-825-9797 253-261-0021
Work Phone Cell Phone
425-489-4538 425-765-3889
425-489-4544
I
CITY OF RENT'ON
RENTON, WASHINGTON
' CONTRACT DOCUMENTS
for the
E Renton i BstLift Station Elimination
PROJECT NO.
WWP-27-3549
I
March 2013
BIDDING REQUIREMENTS
' CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
DES Wyk
Of WAS
m
49545
RFGIST;:
&S/ONAI ENG ��1g1�
City of
00000 7Sll;_R'�4__
East Renton Lift Station Elimination
WWP-27-3549
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Non -Collusion
Anti -Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Special Provisions, Part II
Standard Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must
be signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
4- Submit at Notice of Award
I
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
I
F1
I
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job -related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of
March. 2011.
CITY 0 RENTON
c
Denis Law, Mayor
Attest:
;�+LC,-�:• <;�� I�,J/r�4.G'a'�-mod
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
uncil Pr sident
I
I r- i
CITY OF RENTON
SbW"RYOFAMMRICANS WITH DLS4BIM7ESACTPOLICY
ADOPTED BY RESOL (THON NO, 3007
' The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on. the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
' (3) AMERICANS VbTTH DISABILITIES 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.
' CITY;F RENTON RENTON CITY COUNCIL:
Mayor y Council President
Attest:
City Clerk
I
I
I
I
I
I
I
CITY OF RENTON
East Renton Lift Station Elimination
WWP-27-3549
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:
The construction of the East Renton Lift Station Elimination project includes construction of
approximately 75 linear feet of 12" and 950 linear feet of 15" PVC gravity sanitary sewer pipelines,
clearing and grubbing of an approximate 20,000 square foot corridor thru Maplewood Park, wetland
and stream buffer mitigation within Maplewood Park corridor, temporary bypass pumping, and
decommission and demolition of existing lift station facilities. A large portion of the Work is located
within Maplewood Park, a forested, inactive park owned by King County. The rest of the Work is located
within an existing utilities site and a residential street.
A total of 100 working days will be allowed for the completion of this project anticipated date of
commencement (Notice to Proceed), June 15, 2013. Work within Maplewood Park, excluding plantings,
will be limited to July 1 to September 30, 2013 as indicated in Sub -Section 10.01140. See Sub -Section
10.01140 for additional Work Constraints.
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, in addition to all applicable permits obtained for the project.
1
East Renton Lift Station Elimination Vicinity Map
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and
the award made as early as practicable.
1 No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
3 The work to. be done is shown in the plans and / or specifications. Quantities are understood to
be only approximate. Final payment will be based on actual quantities and at the unit price bid.
The City reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined at the Public Works Department Office. Plans, specifications, addenda,
and the plan holders list for this project are available on-line through Builders Exchange of
Washington, Inc., at http://www.bxwa.com. 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.
L6. 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 identified within Special Provisions,
Specification Section 1-07.18 "Public Liability and Property Damage Insurance".
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
I
1 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.
1 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage".
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the
bid forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item.
The costs of trench safety systems shall not be considered as incidental to any other contract item
and any attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area
of work regardless of any contractual relationship which may exist, or be alleged to exist, between
the CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for
obtaining updated issues of the prevailing wage rate forms as they become available during the
duration of the contract. The wage rates shall be included as part of any subcontracts the
Contractor may enter into for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
I environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
1 performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions or other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities
within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA "2010 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title
"Standard Specifications."
LA. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment (added herein) shall govern.
21. A geotechnical engineering evaluation report has been completed based on subsurface
explorations along the pipeline alignment in Maplewood Park and is available for information
purposes only. A copy may be obtained on-line through Builders Echange of Washington, Inc., at
http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton",
"Projects Bidding". 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.
22 The Bidders shall familiarize themselves adequately with the project permits and conditions
(Special Provisions 1-07.6 and 10.01410) as needed to submit their bid. A table listing permits and
conditions obtained for this project has been prepared and is available for information purposes.
This table was created to track conditions as the project was developed and proceeds into
construction, focusing on items of significance, and does not include every condition. A copy may
be obtained on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com.
Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding".
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached
index are included in their copy of the bid specifications. If documents are missing, it is the
sole responsibility of the bidder to contact the City of Renton to obtain the missing documents
prior to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List (If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
❑ Have you submitted the Dept. of Labor & Industries Certificate of Registration form?
I
CAG-13--045
11
CITY OF RENTON
CALL FOR BIDS
East Renton Lift Station Elimination
WWP-27-3549
Sealed bids will be received until 3:30 p.m. Tuesday, April 9, 2013, at the City Clerk's office, 7th floor
and will be opened and publicly read in conference room Conference Room 511 on the 5ch floor,
Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the East Renton Lift Station
Elimination project.
The work to be performed under this contract shall include, but not be limited to:
The construction of the East Renton Lift Station Elimination project includes construction of
approximately 75 linear feet of 12" and 950 linear feet of 15" PVC gravity sanitary sewer pipelines,
clearing and grubbing of an approximate 20,000 square foot corridor thru Maplewood Park, wetland
and stream buffer mitigationwithin Maplewood Park corridor, temporary bypass pumping, and
decommission and demolition of existing lift station facilities. A large portion of the Work is located
within Maplewood Park, a forested, inactive park owned by King County. The rest of the Work is
located within an existing utilities site and a residential street.
A total of 100 working days will be allowed for the completion of this project anticipated date of
commencement (Notice to Proceed), June 15, 2013. Work within Maplewood Park, excluding
plantings, will be limited to July 1 to September 30, 2013 as indicated in Sub -Section 10.01140. See
Sub -Section 10.01140 for additional Work Constraints.
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, in addition to all applicable permits obtained for the
project.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available March 25, 2013. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton" ,
"Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the " Bidders List.")
If a bidder has any questions regarding the project, please contact the Project Manager, Michael
Benoit, at 1055 South Grady Way, Renton, WA 98057, mbenoit@rentonwa.eov or (425) 430-7206.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce March 25, 2013
Daily Journal of Commerce April 1, 2013
' East Renton Lift Station Elimination
' W WP-27-3549
Proposal & Combined Affidavit & Certificate Form
' 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 schedule of prices.
' The undersigned further certifies and agrees to the following provisions:
1
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.
1
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. Therefore, vendor hereby assigns to purchaser any
' and all claims for such over -charges as to goods and materials purchased in connection with this order
or contract, except as to overcharges resulting from anti-trust violations commencing after the date of
the bid, quotation, or other event establishing the price under this order or contract. In addition,
' vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to purchaser, subject to the aforementioned exception.
I
AND
I
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
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.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
I
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Signature of Authorized Representative of Bidder*:
Printed Name: Brad Hoffman Title: Vice President
Address: P.O. Box 845 Enumclaw, WA 98022
Contact Name (please print): Brad Hofffman
Phone: (206) 423-1265 or (360) 825-9797 Email: brad@hofcon.com
*The above signature must be notarized using the applicable notary language found on pages 3 and 4.
If business is a CORPORATION, please complete this section:
Name of President of Corporation Randy Hoffman
Name of Secretary of Corporation Karen Hoffman
Corporation Organized under the laws of Washington
With Main Office in State of Washington at Enumclaw
if business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section:
Name: Title (Partner, Member, Manager):
Proposal & Affidavit/Certificate Page 1 of 4
' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
' STATE OF WASHINGTON ) INDIVIDUAL FORM
ss
County of )
' On this day of before me personally appeared
to me known to be the individual(s) described in and who executed the foregoing instrument,
and acknowledged under oath that (he/she/they) signed and sealed the
same as (his, her, their) free and voluntary act and deed, for the
uses and purposes therein mentioned.
' GIVEN under my hand and official seal the day and year last above written.
(SEAL)
' Notary Public in and for the State of
Washington, residing at
Print Name:
' My commission expires:
L
STATE OF WASHINGTON )
ss
County of KING )
CORPORATION FORM
On this 9th day of April before me personally appeared Brad Hoffman
to me known to be the Vice President (President, Secretary, Treasurer) of the
corporation that executed the foregoing instrument, and acknowledged said instrument to be
the free and voluntary act and deed of said corporation, for the uses and purposes therein
mentioned, and on oath stated that he (he/she/they) are authorized to execute said
instrument.
GIVEN under my hand and official seal the day and year last above written'. _ �J
(SEAL) WL,6 A ---
N ary Pu is in and for the State of
KYLIE JO HELMOLD
Notary .Public
State of Washington
My Commission Expires
February 01, 2017
ashington, residing at Enumclaw
Print Name: Kylie Helmold
My commission expires: February0l, 2017
Proposal & Affidavit/Certificate Page 3 of 4
I
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
11
PARTNERSHIP FORM
STATE OF WASHINGTON )
County of ) ss
On this day of before me personally appeared
to me known to be a General Partner of the partnership known as
that executed the foregoing instrument, and acknowledged said
instrument to be the free and voluntary act and deed of said partnership, for the uses and
purposes therein mentioned, and on oath stated that (he/she/they) are authorized
to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL)
Notary Public in and for the State of
Washington, residing at
Print Name:
My commission expires:
LIMITED LIABILITY COMPANY (LLC) FORM
STATE OF WASHINGTON )
ss
County of )
On this day of , 20 before me personally appeared
to me known to be a Managing Member of the Limited Liability
Company known as and that he/she/they executed the
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and
deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on
oath stated that (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL)
Notary Public in and for the State of
Washington, residing at
Print Name:
My commission expires:
Proposal & Affidavit/Certificate Page 4 of 4
' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
' Department of Labor and Industries
Certificate of Registration
Name on Registration: Hoffman Construction, Inc.
' Registration Number: LNI- 381,764-00 Washington State License- HOFFMC193ID9
' Expiration Date. 8-11-2014
' Note: A copy of the certificate will be requested as part of contract execution when project is awarded.
t
t
' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
N
IBID 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.
' Signature
I
Know All Men by These Presents:
That we, Hoffman Construction, Inc. as Principal, and
' Merchants Bonding Company (Mutual) as Surety, are held and firmly bound unto the City of Renton, as
Obligee, in the penal sum of five percent (5%) of the total amount bid--------- Dollars, for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, administrators; successors
' and assigns, jointly and severally, by these presents.
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. *East Renton Lift Station Elimination, City of Renton, #WVVP-27-3549
SIGNED, SEALED AND DATED THIS 9th DAY OF April 20 13
Hoffm Constr cti c...
Principal
Mer Bonding Company (Mutual)
Sur Jim S. Kuich, Attorney -in -fact
Received return of deposit in the sum of $ ;S
r
,j
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
i
MERCHANT
' BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
' INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Brandon K. Bush, Chad M. Epple, Julie M. Glover, Darlene Jakielski, Jim S. Kuich, Theresa A. Lamb,
' Brett N. Meier, Nancy J. Osbome, James W. Doyle, S.M. Scott, Steve Wagner
of Bothell and State of Washington their true and lawful Attomey-in-Fact, with full power
and authority hereby conferred in their name, place and stead• to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
' such instrument shall not exceed the amount of:
FIFTEEN MILLION ($15,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
' hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority. of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors.of Merchants National
Bonding, Inc., on October 24, 2011.
' 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
' The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
' In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 22nd day of January 2013 .
°��,t\�;. �� ��\N"'C��.o •. MERCHANTS BONDING COMPANY (MUTUAL)
•�0�40; O��ORP09q�9y`� MERCHANTS NATIONAL BONDING, INC.
1933
A.
' STATE OF IOWA z1 ••• •`'' •• y •••
COUNTY OF POLK ss. ,���•"""""j111• • • • • President
' On this 22nd day of January 2013 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
' In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
Wowl,
MARANDA GREENWALT
Commission Number 77031My Commission Expires
October 28, 2014 111
!Votary Public, Polk County, Iowa
' STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
' do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this day of 1A ! r' I � 3 .
Jt • a' 1933 Secretary
•
J
' D °70
Z j 1 -7Z-7
' CITY OF RENTON PUBLIC WORKS DEPARTMENT
EAST RENTON LIFT STATION ELIMINATION
' TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
' (Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit pride bid shall.govem. Illegible figures will invalidate the bid)
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
APPROX.
ITEM
UNIT PRICE
AMOUNT
'ITEM
NO.
.QUANTITY
Dollars Cents.
Dollars Cents.
Schedule A
'
1
1
Mobilization and Demobilization
$21,000.00
$
21,000.00
Lump Sum
per Lump Sum
2
1
Trench and Excavation Safety Systems
$ 2,500.00
$
2,500.00
Lump Sum
per Lump Sum
3
1
Construction Surveying, Staking, and As-
$ 3,315.00
$
3,315.00
'
Lump Sum
Builts
per LumpSum
4
1
Traffic Control
$ 3,175.00
$
3,175.00
'
Lump Sum
per Lump Sum
'
5
1
Lump Sum
Temporary Erosion/Sedimentation Controls
$ 15,775.00
$
15,775.00
per Lump Sum
6
76
Furnish and Install 12-inch Diameter PVC
$ 70.00
$
5,320.00
'
Lineal Foot
Sewer Pipe
per Lineal Foot
'
7
173
Furnish and Install 15-inch Diameter PVC
$ 82.50
$
14,272.50
Lineal Foot
Sewer Pipe in 148th Place SE
per Lineal Foot
8
782
Furnish and Install 15-inch Diameter PVC
$ 77.50
$
60,605.00
Lineal Foot
Sewer Pipe in Maplewood Park
per Lineal Foot
'
9
2
Existing Manhole Modifications
$ 3,750.00
$
7,500.00
Each
per Each
10
1
Furnish and Install 60-inch Diameter
$ 5,525.00
$
5,525.00
'
Each
Sanitary Sewer Manhole
per Each
'
11
4
Each
Connect New Sanitary Sewer to Existing
Manhole
$ 270.00
$
1,080.00
per Each
12
420
Imported Trench Backfill
$ 21.00
$
8,820.00
'
Tons
per Tons
'
Provided
to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
- Always Verify Scale
' CITY OF RENTON PUBLIC WORKS DEPARTMENT
EAST RENTON LIFT STATION ELIMINATION
' TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
' (Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit price bid shall govem. Illegible figures will invalidate the.bid)
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
11
ITENJ
NO. I
APPROX.
QUANTITY
ITEM
UNIT PRICE
Dollars Cents.
AMOUNT
Dollars Cents.
13
14
15
16
17
30
Tons
120
Square Yards
850
Square Yards
1
Lump Sum
1
Lump Sum
Remove. and Replace Unsuitable
Foundation Material
H.M.A. Class 3/4" for Trench Road
Restoration
1-1/2" Overlay and Grind in 148th Place SE
Landscape Restoration
Lift Station Demolition and Site Restoration
Subtotal
9.5% Sales Tax
$ 0.01
$ 0.30
per Tons
$ 51.00
$ 6,120.00
per Square Yards
$ 24.00
$ 20,400.00
per Square Yards
$ 31,350.00
$ 31,350.00
per Lump Sum
$ 28,200.00
$ 28,200.00
per Lump Sum
$ 234,957.80
$ 22,320.99
Total Bid Price
$ 257,278.79
tThe construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The
bidder shall bid on all bid items set forth in the bid forms to be considered responsive for award. The Total Bid
' Price, as indicated on the Schedule of Prices, will be used to determine the successful low responsive bidder.
I
Partial bids will not be accepted. The intent is to award to only one BIDDER.
I
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
BOND #WAC 53586
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned Hoffman Construction, Inc.
as principal, and Merchants Bonding Company (Mutual)
corporation organized and existing under the laws of the State of Iowa 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 $257,278.79 for the payment of which sum on
demand we bind ourselves and our successors, heirs, administrators or person representatives, as the
case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of
the City of Renton.
Dated at , Washington, this day of 2013.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-13-045 providing for
construction of East Renton Lift Station Elimination — CAG 13-045
(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
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the carrying
on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence on the part of said principal, or any
subcontractor in the performance of said work, and shall indemnify and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract
or from defects appearing or developing in the material or workmanship provided or performed under
the contract within a period of one year after its acceptance thereof by the City of Renton, then and in
that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
Hoffman Construction, Inc. Merchants Bonding Company (Mutual)
Principal
Signa re
1 CP Ae2ybli-
Title
?
Surety
Sig re Jim S. Kuich
Attorney -in -fact ti
Title
MERCHANTS
' BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
' INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Brandon K. Bush, Chad M. Epple, Julie M. Glover, Darlene Jakielski, Jim S. Kuich, Theresa A. Lamb,
Brett N. Meier, Nancy J. Osbome, James W. Doyle, S.M. Scott, Steve Wagner
of Bothell and State of Washington their true and lawful Attomey-in-Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
t such instrument shall not exceed the amount of:
FIFTEEN MILLION ($15,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
' Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
IIn Witness Whereof, the Companies have caused this instrument to be signed and sealed this 22nd day of January 2013
*�10... '.,; • .��\Nr' ,COCA • MERCHANTS BONDING COMPANY (MUTUAL)
;�q•;��tOggf�©p ; QO Ci Ogq�9y�: MERCHANTS NATIONAL BONDING, INC.
yo
' STATE OF IOWA " ""h•• ,,�� ••� •••
COUNTY OF POLK ss. ""�"""����'•"'• • • ...
•• • • President
i On this 22nd day of January 1 2013 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
' In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
MARANDA GREENWALT Lt
' Commission Number 770312
My Commission Expires
oW. October 28, 2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF. POLK ss.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
' do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this day of
. • 1933 a Secretary
2003 :.C) : y;.
POA 0014 (11/11) dui..,, .;����,�•_` ••.6�i.. .• �1•�'
t/r 1 J
'
D ��SJSrISO� 41•
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
400 ad ((a5*tl hoyl,=Vl C . hereby confirms and declares that:
(Name of ca tr ctor/subcontractor/consultant)
I. It is the policy of the above -named contractor/subcontractor/consultant, to offer equal
for employment without regard to their
opportunity to all qualified employees and applicants
1
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran's status.
II. The above -named contractor/subcontractor/consultant complies with all applicable federal,
' state and local laws governing non-discrimination in employment.
III, When applicable, the above -named contractor/subcontractor/consultant will seek out and
' negotiate with minority and women contractors for the award of subcontracts.
bra Cl &f
Print Agent/Representative's Name
V(ce Pre,5, en4-
Print Agent/Representative's Title
' Agent/Repres ntAve's Signature
517113
' Da a Sig ed
' Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
1
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this day of n2at.AoZO. by and
between THE CITY OF RENTON, Washington, a municipal corporation of the "State of Washington,
hereinafter referred to as "CITY" and HOFFMAN CCONSTRUCTION, INC., hereinafter referred to
as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within One Hundred (100) 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 CAG-13-045 for improvement by construction and installation of:
Work for the East Renton Lift Station Elimination project, per the "Scope of Work"
included herein.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Contractor agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
t 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
(_ : 'iJ09
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
r written notice upon him and his surety of its intention to terminate the Contract, and unless
t 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, 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
r, way relating to this Contract. This hold harmless and indemnification provision shall likewise
t apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary
basis. In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City harmless
and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in
connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and
reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the
covenants, provisions and agreements hereunder. The Contractor also agrees to name King
County as an additional insured on a noncontributory primary basis with the same
considerations as provided the City herin.
l 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
2 (_' 21009
r and enforceable only to the extent of the Contractor's negligence or the negligence of the
' Contractor's agents or employees.
r- Should a court of competent jurisdiction determine that this agreement is subject to RCW
' 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor and
the city, its officers, officials, employees and volunteers, the contractor's liability hereunder
' shall be only to the extent of thecontractor's negligence. It is further specifically and expressly
understood that the indemnification provided herein constitute the contractor's waiver of
immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this
' indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
depositing same in the United States mail, postage prepaid, certified or registered mail.
7) The Contractor shall commence perfonnance 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
One Hundred (100) working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and agreed
that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
' shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work includes,
without limitation: work and materials that do not conform to the requirements of this
' Agreement; and extra work and materials furnished without the City's written approval. If
Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City
' may complete the work by contract or otherwise, and Contractor shall be liable to the City for
any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs,
including legal costs and attorney fees, incurred by the City beyond the maximum Contract price
specified above. The City further reserves its right to deduct the cost to complete the Contract
work, including any Additional Costs, from any and all amounts due or to become due the
Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time period
3
set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER
OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE
AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT
IS MADE AND ACCEPTED.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous
data pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this Contract;
'^ said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety
' or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
.� participating in a City project possess a current City of Renton business license. The Contractor
tshall 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 $257 278.79
num rs
Two Hundred -Fifty -Seven -Thousand -Two Hundred -Seventy -Eight -and 79/100
wntten ords
' including Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor -
Employer Relationship will be created by this Agreement and that the Contractor has the ability
to control and direct the performance and details of its work, the City being interested only in
the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
rl LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120
' CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR
CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER
BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY
LIMITATIONS PERIOD.
15) Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the
' covenants and agreements contained in this Agreement, or to exercise any option conferred by
this Agreement in one or more instances shall not be construed to be a waiver or relinquishment
of those covenants, agreements or options, and the same shall be and remain in full force and
' effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the
addresses listed on the signature page of the Agreement, unless notified to the contrary. Any
4 C 0
written notice hereunder shall become effective three (3) business days after the date of mailing
by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at
the address stated in this Agreement or such other address as may be hereafter specified in
writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent of
the non -assigning party shall be void. If the non -assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no further
assignment shall be made without additional written consent.
18) Modification. No' waiver, alteration, or modification of any of the provisions of this Agreement
shall be binding unless in writing and signed by a duly authorized representative of the city and
Contractor.
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal
laws, rules, and regulations that are now effective or in the future become applicable to
Contractor's business, equipment, and personnel engaged in operations covered by this
Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of which
shall constitute an original, and all of which will together constitute this one Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above -
written.
CONTRACTOR
President/Partner/Owner anager/Membe
Se etary
CITY OB RENTON
h �� A/�13 3 � Z j IA.. )
Mayor Oenis haw
ATTEST
v. (. aze, p ti,
Bonnie I. Walton, City Clerk
d/b/a } /o an ed n S�r t/G_1CJ✓! , = in C .
Firm Name
check one '' ,, // rr,�,
❑ Individual ❑ Partnership 0 Corporation Incorporated in W0 5Y tVI 4
❑ Limited Liability Company formed in
t_'
1
1
1
1
1
1
1
i
1
1
1
1
1
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President
and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy
of the by-laws shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as) and firnl 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.
If business is a LIMITED LIABILITY COMPANY (LLC), name of the company should be listed in
full and the contract signed by a Manager or Member who has management authority for the LLC.
Please furnish, to the City, a copy of the Certificate of Formation, a copy of the LLC agreement
addressing management authority, and a copy of the latest annual report filed with the Secretary of
State for the LLC.
X
C i _21U09
1�
NO ' "ff
tCQNSTRUCT19N, INC,
May 7, 2013
City of Renton
Attn: Michael A. Benoit
1055 South Grady Way
'
Renton, WA 98057
O) 425-430-7206
Re: Authorized Signers for Corporation
PO Box 845
Enumclaw, WA
98022-0845
Office: 360-825-9797
Fax: 360-802-9797
License: HOFFMC1931D9
The following officers are authorized to sign the contract for the East Renton Lift Station
Elimination Project, CAG-13-045. A sample of their signatures is included.
Randy Hoffinan, President, Treasurer
Karen Hoffman, Vice President, Secretary
Brad Hoffman, Vice President
Thank You,
Karen Hoffinan
Vice President, Secretary
X
X ac��
X�
' Department of Labor and Industries `HOFFMAN CONSTRUCTION INC
PO Box 44450
Olympia, WA 98504-4450 Reg: CC HOFFMCI93 I D9
UBI:-600-247-364
Registered as provided by Law as:
Construction Contractor
(CCO I) - GENERAL
HOFFMAN CONSTRUCTION INC + _ rtr Effective Date: 3/29/2007
PO BOX 845 = Expiration Date: 8/11/2014
ENUMCLAW WA 98022
#`
11
'• Business_ Llce�nse . -
-��`''��� .3. .; ., .
Expiration Date:
Anrivai - 4ut':of Cit y
04130/2014'
'
This license does not allovVkLmsee to operate"a permanent physical location in Renton.• .•)
�055'South -Gradv 1Na ,'Renton. WA 9.8059 425 430:5851
Business Location
_ IssuedO.ate:. License#
27633 SE 400TH NAY -
ENUMCLAW.WA 98022.7725
Licensee has applied fora City of Renton business
_ -
.
Ileense Iri .accordance. with Penton Nlunlcipal Code
' (tlie Code)Title V $easiness.- Chapter 5 Busine"ss
HOFFMAN CQ.NSTRUCTION WCLicenseF:The
Licensee agrees to cbhioly,with'ail '
PO BOX84
requirements of.the Code as well as State `laws.and ;
.•ENUMCLAW, VVA 98022=0845
regulations applicable..to the,buslness activity
- .licensed: i
Post this License at the place of business.
1
i
OP ID: K2
'4<7"R "' CERTIFICATE OF LIABILITY INSURANCE
DAT05107D/YYYI)
5I07113
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF -INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 425-489-4500
Hb P. InternationalNorthwest 425-489-4501
Bothell, WA 98041-3018
Chad E le
PP
CONTACT
NAME:
_(acNNo. Ext): 1
E-MAIL
ADDRESS:
PRODUCER HOFFM-2
CUSTOMER ID #:
INSURERS) AFFORDING COVERAGE
NAIC #
INSURED Hoffman Construction Inc
Alaska National Insurance Co.
INSURER A :
38733
Karen Hoffman
PO BOX 845
INSURER e :
Enumclaw, WA 98022
INSURER C :
INSURER D :
I
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:
1
1
1
REVISION NLIMRER-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR- EFF POLICY EXP
POLICY NUMBER MM/POLICY D MWDD LIMITS
GENERAL LIABILITY
EACH OCCURRENCE I
S 1,000,00
[Xl COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
12FPS08443
06/30/12
06/30/13
-DATA
PRRFA�ES(EaEN7ED
PREMISES Ea occurrence)
300,000
MED EXP (Any one person)
$ 10,00
X OWNER/CONT PROT
PERSONAL & ADV INJURY I
$ 1,000,00
X I WA STOP GAP
GENERAL AGGREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS -COMP/OP AGG
$ 2,000,00
PRO- n LOC
POLICY ] JECT
EMP BEN.
$ 1,000,00
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
12FAS08443
06/30/12
06/30/13
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,00
BODILY INJURY (Per person)
$
ALL OWNED AUTOS
BODILY INJURY (Per accident)
S
SCHEDULED AUTOS
HIRED AUTOS
PROPERTY DAMAGE
(Per accident)
$
$
NON -OWNED AUTOS
is
UMBRELLA UAB
EACH OCCURRENCE
I $
EXCESS LIAB
CLAIMS -MADE
HOCCUR
AGGREGATE
Is
DEDUCTIBLE
$
RETENTION $
I $
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
N / A
12FPS08443
WA STOP GAP
06/30/12
06/30/13
X I ORY LIMITS ER rH-1
E.L. EACH ACCIDENT
s 1,000,00
E.L. DISEASE - EA EMPLOYEE
$ 1,000,00
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,00
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF RENTON AND RING
COUNTY. COVERAGE IS PRIMARY AND NON-CONTRIBUTORY. SEE ATTACHED ENDORSEMENT.
RE: EAST RENTON LIFT STATION ELIMINATION PROJECT
GtKIIt-IUAIt MULUtK GANGtLLAIIUN
CITYOFR
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
CITY OF RENTON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
ATTN: MICHAEL BENOIT
1055 SOUTH GRADY WAY AUTHORRED REPRESENTATIVE
RENTON, RENTON, WA 98057 sino�
I --
©1988-2009 ACORD CORPORATION. All rights reserved.
tACORD 25,2009109, The ACORD name and logo are registered marks of ACORD
Alaska National
INSURANCE C0MP.AWY
tADDITIONAL
INSURED (CONTRACTORS) _ AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
THISENDORSEMENTCHANGES THE POLICY:
PLEASE READ IT CAREFULLY..
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITYCOVERAGE PART
1. Who Is An Insured (Section il) is amended. to
it. supervisory, inspecticn,• or engineering
include as an insured any parson or organization
t
services.
(herein "referred to,as an additional insured), but
only if you are required to add that person or
c. The insurance provided to 'the ,additional
organization as an insured to this policy. by a
insured, referred to in paragfaph 1. of this
'bodily
written contract that is in effect prior -to the "bodily
endorsernent,,does not cover injury'' or
injury", "property damage", or "personal and
'property damage" caused by your negligent
advertising injbry":
acts and. omissions in the performance of
your work" that occurs within the "products-
'
2. The insurance provided to the additional insured
completed operations hazard," unless the
is limited as follov✓s`
written contract, referred to in paragraph 1. of
this 6ndorsiamdrit, contains a specific
a. That person or organization. is only an
requirement that you procure 'completed
additional insured if, only fo the extent
opefations coverage or coverage w�thm the
that the injury or damage- is caused` by
"pr000ucts-completetl operations •hazard" -for
negligent acts or omissions of you or your
the additional insured. However, even if
subcontfacto in the 'performance. of "your
coverage within the ''products=completed
work" to which .the :written contract applies.
operations hazard" is required by the written
The person or organization does not qualify
contract; such coverage is available to tfie
as an additional'insured with respect to injury
additional:insured only if the "bodily injury' or
or damage caused in whole or in pain -by
"property damage" occurs prior to the -end of
independent negligent acts or omissions of
the tmie period during which you are required
'
such person or organization.
by the written contract to provide such
coverage or the ezpiratibn date of the policy,
b. The insurance provided to the additional
whichever comes first:
insured does hot apply to. "bodily injury',
'property damage", or ".personal and 3.
If other valid. and collectible insurance, whether on
advertising injury" arising out of an architect's,
a primary, excess, contingent or "any other basis,
engineer's, or surveyors rendering of or
is available to the additional insured for a loss we
failure to render any professional services
cover under this endorsement, then the insurance
'
including:
provided'.by this endorsement is excess over that
other insurance. However, the insurance provided
i. the preparing, approving, or failing to
by this• endorsement will be primary to other
prepare or approve maps, dra flings,
insurance on which the additional insured is - a
'
opinions, reports, surveys, change orders,
named insured for the covered loss„ if the -written
design or specifications; and
contract, referred to in paragraph 4. of this
ANIC GL 1061 03 08 All Docs Copy
Page 1 of 2
7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
".A iaska. Nations_ 1
fNSURANCE COMPANY
endorsement; contains ; ,specific requirement that
this insurance be primary or pnrriary and 'non-
contributory.. In`that case we vnll not share with
that -other insurance on a pro.-rata or other basis.
If tiie other insurance available to the addtionai
insured w ether on a primary; excess contingent
or any other basis, is coyerage•for.,whlc .1t.has
been. named -as an additional msri�ed {hen the
coverage provioed' by th*is, endorsement is.excess
over.that other insurance:
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12;01 A.M: standard time at your mailing address sh6in in the policy. The information below is required
only when this endorsement is, issued subsequent to co"mmenceinent of the policy.
Endorsement Effective Policy No.
insured Endorsement No. 16
Countersigned By
ANIC Gl 1061 03 08 All Docs Copy
Page-2 of 2
I PREVAILING MINIMUM
HOURLY WAGE RATES
1
11
I
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, worker's wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements are provided on the Benefit Code
Key.
Journey Level Prevailing Wage Rates for the Effective Date:
3/18/2013
County
------------
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$40.83
5D
1 H
§King
Boilermakers
Journey Level
$62.34
5N
1C
King
Brick Mason
Brick And Block Finisher
$42.21
5A
1M
King
Brick Mason
Journey Level
$49.07
5A
1M
;King
Brick Mason
Pointer -Caulker -Cleaner
$49.07
5A
1M
F
King
Building, Service Employees
Janitor
$19.98
5S
2F
'King
Building Service Employees
Traveling Waxer/shampooer
$20.39
5S
2F
6
King
Building, Service Employees
Window Cleaner (Scaffold)
$24.52
5S
2F
'King
Building, Service Employees
Window Cleaner(non-scaffold)
$23.66
55
2F
`
King
Cabinet Makers (in Shape
Journey Level
$22.74
1
'King
Carpenters
Acoustical Worker
$49.57
5D
1M
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$49.57
5D
1 M
I
King
Carpenters
Carpenter
$49.57
5D
1 M
King
Carpenters
Carpenters on Stationary Tools
$49.70
5D
1M
$
King
Carpenters
Creosoted Material
$49.67
5D
1M
King
Carpenters
Floor Finisher
$49.57
5D
1M
King
Carpenters
Floor Layer
$49.57
5D
1M
(King
Carpenters
Scaffold Erector
$49.57
5D
1M
'King
Cement Masons
Journey Level
$50.13
7A
1M
;King
Divers Et Tenders
Diver
$100.28
5D
1M
8A
King
Divers Et Tenders
Diver On Standby
$56.68
5D
1M
.King
Divers Et Tenders
Diver Tender
$52.23
5D
1M
=King
Divers Et Tenders
Surface Rcv Et Rov Operator
$52.23
5D
1M
3 King
I
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$48.67
5A
1 B
King
Dredge Workers
Assistant Engineer
$51.37
5D
3G
!
King
Dredge Workers
Assistant Mate(deckhand)
$50.86
5D
3G
I
King
Dredg,e Workers
Boatmen
$51.37
5D
3G
King
Dredge Workers
Engineer Welder
$51.42
5D
3G
j King
Dredge Workers
Leverman, Hydraulic
$52.99
5D
3G
King
Dredge Workers
Maintenance
$51.11
5D
3G
King
Dredge Workers
Mates
$51.37
5D
3G
King
Dredge Workers
Oiler
$50.99
5D
3G
E King
Drywall Applicator
Journey Level
$49.74
5D
1 H
;King
Drywall Tapers
Journey Level
$49.79
5P
1 E
<, King
g
Electrical Fixture Maintenance
Workers
Journey Level
$25.34
5L
1 E
King
Electricians - Inside
Cable Splicer
$64.24
7C
2W
King
Electricians - Inside
Cable Splicer (tunnel)
$69.07
7C
2W
King
Electricians - Inside
Certified Welder
$62.04
7C
2W
King
Electricians - Inside
Certified Welder (tunnel)
$66.65
7C
2W
1
e King
Electricians - Inside
Construction Stock Person
$34.19
7C
2W
King
Electricians - Inside
Journey Level
$59.85
7C
2W
E King
Electricians - Inside
Journey Level (tunnel)
$64.24
7C
2W
;King
Electricians - Motor Shop
Craftsman
$15.37
1
=King•
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powerline
Construction
Cable Splicer
$64.95
5A
4A
King
Electricians - Powerline
Construction
Certified Line Welder
$59.37
5A
4A
I
d King
Electricians - Powertine
Construction
Groundperson
$42.16
5A
4A
t
SKing
Electricians - Powerline
Construction
Head Groundperson
$44.50
5A
4A
?
King
Electricians - Powertine
Construction
Heavy Line Equipment Operator
$59.37
5A
4A
King
I
Electricians - Powerline
Construction
Jackhammer Operator
$44.50
5A
4A
s King
Electricians - Powertine
Construction
Journey Level Lineperson
$59.37
5A
4A
King
p
Electricians - Powertine
Construction
Line Equipment Operator
$49.95
5A
4A
I
4 King
Electricians - Powertine
Construction
Pole Sprayer
$59.37
5A
4A
} King
Electricians - Powerline
Construction
Powderperson
$44.50
5A
4A
:King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$77.70
7D
4A
King
Elevator Constructors
Mechanic In Charge
$84.24
7D
4A
King
(
Fabricated Precast Concrete
Products
All Classifications - In -Factory
Work Only
$14.60
5B
2K
'King
Fence Erectors
Fence Erector
$15.18
1
'King
Elaggers
Journey Level
$34.61
7A
2Y
°King
Glaziers
Journey Level
$52.76
7L
1y
King
Heat Et Frost Insulators And
Asbestos Workers
Journeyman
$56.93
5.1
is
i King
Heating Equipment Mechanics
Journey Level
$68.52
7F
1 E
t King
Hod Carriers Er Mason Tenders
Journey Level
$42.11
7A
2Y
King
Industrial Power Vacuum Cleaner
Journey Level
$9.24
1
King
Inland Boatmen
Boat Operator
$52.32
5B
1 K
3
f
1_...."_-//r-__`---- ---- . ---rl.--I---- - -I - -1._.__",_ - -I - --- nn/1"1/ n I n
King
Inland Boatmen
Cook
$48.89
5B
1 K
King
Inland Boatmen
Deckhand
$48.96
5B
1 K
3 King
Inland Boatmen
Deckhand Engineer
$49.95
5B
1 K
King
Inland Boatmen
Launch Operator
$51.16
5B
1 K
i King
Inland Boatmen
Mate
$51.16
5B
1 K
King
Inspection/ Cleaning/ Seating Of
Cleaner Operator, Foamer
Operator
$31.49
1
Sewer & Water Systems By
Remote Control
°King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$11.48
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
Sewer Et Water Systems By
Remote Control
King
inspection/Cleaning/Sealing Of
Technician
$19.33
1
Sewer Et Water Systems By
Remote Control
P King
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$20.45
1
Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$49.57
5D
1M
'King
Ironworkers
Journeyman
$59.02
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$40.83
7A
2Y
King
Laborers
Airtrac Drill Operator
$42.11
7A
2Y
King
Laborers
Ballast Regular Machine
$40.83
7A
2Y
King
Laborers
Batch Weighman
$34.61
7A
2Y
King
Laborers
Brick Pavers
$40.83
7A
2Y
King
Laborers
Brush Cutter
$40.83
7A
2Y
g King
Laborers
Brush Hog Feeder
$40.83
7A
2Y
King
Laborers
Burner
$40.83
7A
2Y
King
Laborers
Caisson Worker
$42.11
7A
2Y
'King
Laborers
Carpenter Tender
$40.83
7A
2Y
King
Laborers
Caulker
$40.83
7A
2Y
I
King
Laborers
Cement Dumper -paving
$41.59
7A
2Y
King
Laborers
Cement Finisher Tender
$40.83
7A
2Y
'
King
Laborers
Change House Or Dry Shack
$40.831
7A
2Y
King
Laborers
Chipping Gun (under 30 Lbs.)
$40.83
7A
2Y
King
Laborers
Chipping Gun(30 Lbs. And Over)
$41.59
7A
2Y
`King
Laborers
Choker Setter
$40.83
7A
2Y
King
Laborers
Chuck Tender
$40.83
7A
2Y
King
Laborers
Clary Power Spreader
$41.59
7A
2Y
King
Laborers
Clean-up Laborer
$40.83
7A
2Y
I
King
Laborers
Concrete Dumper/chute Operator
$41.59
7A
2Y
King
Laborers
Concrete Form Stripper
$40.83
7A
2Y
King
Laborers
Concrete Placement Crew
$41.59
7A
2Y
King
Laborers
Concrete Saw Operator/core
Driller
$41.59
7A
2Y
I King
Laborers
Crusher Feeder
$34.61
7A
2Y
King
Laborers
Curing Laborer
$40.83
7A
2Y
1-- .-IIr-.-..-- --------n..-I------1-'-1--1---- -- - --
nnII n1^An I1
King
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$40.83
7A
2Y
3
King
Laborers
Ditch Digger
$40.83
7A
2Y
t King
Laborers
Diver
$42.11
7A
2Y
King
Laborers
Drill Operator
(hydraulic, diamond)
$41.59
7A
2Y
#
King
Laborers
Dry Stack Walls
$40.83
7A
2Y
King
Laborers
Dump Person
$40.83
7A
2Y
g
King
Laborers
Epoxy Technician
$40.83
7A
2Y
King
Laborers
Erosion Control Worker
$40.83
7A
2Y
King
Laborers
Faller Et Bucker Chain Saw
$41.59
7A
2Y
King
Laborers
Fine Graders
$40.83
7A
2Y
a King
Laborers
Firewatch
$34.61
7A
2Y
'King
Laborers
Form Setter
$40.83
7A
2Y
King
Laborers
Gabian Basket Builders
$40.83
7A
2Y
;King
Laborers
General Laborer
$40.83
7A
2Y
King
Laborers
Grade Checker Et Transit Person
$42.11
7A
2Y
King
Laborers
Grinders
$40.83
7A
2Y
King
Laborers
Grout Machine Tender
$40.83
7A
2Y
`King
Laborers
Groutmen (pressure)including
Post Tension Beams
$41.59
7A
2Y
i
King
Laborers
Guardrail Erector
$40.83
7A
2Y
King
Laborers
Hazardous Waste Worker (level A)
$42.11
7A
2Y
King
Laborers
Hazardous Waste Worker (level B)
$41.59
7A
2Y
King
Laborers
Hazardous Waste Worker (level C)
$40.83
7A
2Y
King
Laborers
High Scaler
$42.11
7A
2Y
=King
Laborers
Jackhammer
$41.59
7A
2Y
King
Laborers
Laserbeam Operator
$41.591
7A
2Y
King
Laborers
Maintenance Person
$40.83
7A
2Y
{King
Laborers
Manhole Builder-mudman
$41.59
7A
2Y
King
Laborers
Material Yard Person
$40.83
7A
2Y
1 King
Laborers
Motorman -dinky Locomotive
$41.59
7A
2Y
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure Air
Et Water On Concrete Et Rock,
Sandblast, Gunite, Shotcrete,
Water Bla
$41.59
7A
2Y
€
'King
Laborers
Pavement Breaker
$41.59
7A
2Y
King
Laborers
Pilot Car
$34.61
7A
2Y
King
Laborers
Pipe Layer Lead
$42.11
7A
2Y
'King
Laborers
Pipe Layer/tailor
$41.59
7A
2Y
King
Laborers
Pipe Pot Tender
$41.59
7A
2Y
±King
Laborers
Pipe Reliner
$41.59
7A
2Y
iKing
Laborers
Pipe Wrapper
$41.59
7A
2Y
s King
Laborers
Pot Tender
$40.83
7A
2Y
King
Laborers
Powderman
$42.11
7A
2Y
King
Laborers
Powderman's Helper
$40.83
7A
2Y
King
Laborers
Power Jacks
$41.59
7A
2Y
I----/Lr_-`-------- "---n--I------1--I.-.---- I-"-1--I- ----- nn1/ n/nnl�
1
i�
n
I
1
King
Laborers
Railroad Spike Puller - Power
$41.59
7A
2Y
King
Laborers
Raker - Asphalt
$42.11
7A
2Y
King
Laborers
Re-timberman
$42.11
7A
2Y
King
Laborers
Remote Equipment Operator
$41.59
7A
2Y
s King
Laborers
Rigger/signal Person
$41.59
7A
2Y
King
Laborers
Rip Rap Person
$40.83
7A
2Y
King
Laborers
Rivet Buster
$41.59
7A
2Y
=King
Laborers
Rodder
$41.59
7A
2Y
King
Laborers
Scaffold Erector
$40.83
7A
2Y
King
Laborers
Scale Person
$40.83
7A
2Y
King
Laborers
Sloper (over 20")
$41.59
7A
2Y
King
Laborers
Sloper Sprayer
$40.83
7A
2Y
King
Laborers
Spreader (concrete)
$41.59
7A
2Y
s
King
Laborers
Stake Hopper
$40.83
7A
2Y
King
Laborers
Stock Piler
$40.83
7A
2Y
King
Laborers
Tamper Et Similar Electric, Air Et
Gas Operated Tools
$41.59
7A
2Y
King
Laborers
Tamper (multiple Et Self-
propelled)
$41.59
7A
2Y
King
Laborers
Timber Person - Sewer (lagger,
Shorer Et Cribber)
$41.59
7A
2Y
King
Laborers
Toolroom Person (at Jobsite)
$40.83
7A
2Y
King
Laborers
Topper
$40.83
7A
2Y
King
Laborers
Track Laborer
$40.83
7A
2Y
King
Laborers
Track Liner (power)
$41.59
7A
2Y
King
Laborers
Traffic Control Laborer
$37.01
7A
2Y
8R
"King
Laborers
Traffic Control Supervisor
$37.011
7A
2Y
8R
King
Laborers
Truck Spotter
$40.83
7A
2Y
King
Laborers
Tugger Operator
$41.59
7A
2Y
King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$55.89
7A
2Y
84
=King
Laborers
Tunnel Work -Compressed Air
Worker 30.01-44.00 psi
$60.92
7A
2Y
8�C
g
King
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
$64.60
7A
2Y
`King
Laborers
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$70.30
7A
2Y
l
King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$72.42
7A
2Y
8�
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$77.52
7A
2Y
8
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$79.42
7A
2Y
r
King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$81.42
7A
1 H
8�C
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$83.42
7A
1 H
€
King
Laborers
Tunnel Work-Guage and Lock
Tender
$42.21
7A
2Y
'
King
Laborers
Tunnel Work -Miner 1
$42.211
7A
2Y
8�(
1-u 1Ir- .... ..- - - ---- ---n'- ---- ' -1 - - ---.- �.- -_ `�1- - -1 - -1--- -
(King
Laborers
Vibrator
$41.59
7A
2Y
King
Laborers
Vinyl Seamer
$40.83
7A
2Y
King
Laborers
Watchman
$31.46
7A
2Y
}
;King
Laborers
Welder
$41.59
7A
2Y
King
Laborers
Well Point Laborer
$41.59
7A
2Y
King
Laborers
Window Washer/cleaner
$31.46
7A
2Y
King
Laborers Underground Sewer Et
General Laborer Et Topman
$40.83
7A
2Y
Water
King
Laborers - Underground Sewer Et
Pipe Layer
$41.59
7A
2Y
Water
°King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment Operators
Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting Laborers
$17.87
1
King
Lathers .
Journey Level
$49.74
5D
1 H
King
Marble Setters
Journey Level
$49.07
5A
1M
;King
Metal Fabrication {In Shops
Fitter
$15.86
1
King
Metal Fabrication {In Shop)
Laborer
$9.78
1
King
Metal Fabrication In Shop)
Machine Operator
$13.04
1
i
King
Metal Fabrication (In Shop)
Painter
$11.10
1
King
Metal Fabrication {In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$50.67
5D
1M
{
King
Modular Buildings
Cabinet Assembly
$11.56
1
King
Modular Buildings
Electrician
$11.56
1
:King
Modular Buildings
Equipment Maintenance
$11.56
1
`King
Modular Buildings
Plumber
$11.56
1
;King
Modular Buildings
Production Worker
$9.40
1
King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
`King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$36.53
6Z
2B
'King
Pile Driver
Journey Level
$49.82
5D
1M
King
Plasterers
Journey Level
$48.23
1R
King
Playground Ft Park Equipment
Installers
Journey Level
$9.19
1
I
King
Plumbers & Pipefitters
Journey Level
$71.69
6Z
1 G
King
Power Equipment Operators
Asphalt Plant Operators
$52.19
7A
3C
8P
i King
Power Equipment Operators
Assistant Engineer
$48.92
7A
3C
813
King
Power Equipment Operators
Barrier Machine (zipper)
$51.701
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator, Concrete
$51.70
7A
3C
8P
King
Power Equipment Operators
Bobcat
$48.92
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$48.92
7A
3C
8P
s
King
Power Equipment Operators
Brooms
$48.92
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$51.70
7A
3C
8P
King
Power Equipment Operators
Cableways
$52.19
7A
3C
8P
King
Power Equipment Operators
Chipper
$51.70
7A
3C
8P
I-........ iir__`_--.--- - ---n..'i----.-I--I.----
-.-I-- -- -- nnnninnIn
King
Power Equipment
Operators
Compressor
$48.92
7A
3C
8P
King
'
Power Equipment
Operators
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$52.19
7A
3C
8P
King
Power Equipment
Operators
Concrete Finish Machine -laser
Screed
$48.92
7A
3C
8P
King
Power Equipment
Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
$51.28
7A
3C
8P
King
Power Equipment
Operators
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$51.70
7A
3C
8P
King
Power Equipment
Operators
Conveyors
$51.28
7A
3C
8P
King
Power Equipment
Operators
Cranes: 20 Tons Through 44 Tons
With Attachments
$51.70
7A
3C
8P
King
Power Equipment
Operators
Cranes: 20 Tons Through 44 Tons
With Attachments Overhead,
Bridge Type Crane: 20 Tons
Through 44 Tons
$51.70
7A
3C
8P
' King
Power Equipment
Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (including
Jib With
$52.74
7A
3C
8P
King
Power Equipment
Operators
Cranes: 100 Tons Through 199
Tons, or 150' of boom (including
jib with attachments); Overhead,
bridge type, 100 tons and over;
Tower crane up to 175' in height,
base to boom.
$52.74
7A
3C
8P
e
King
Power Equipment
Operators
Cranes: 200 Tons To 300 Tons, Or
250' Of Boom (including Jib With
Attachments)
$53.31
7A
3C
8P
`King
Power Equipment
Operators
Cranes: 45 Tons Through 99 Tons,
Under 150' Of Boom (including Jib
With Attachments)
$52.19
7A
3C
8P
King
i
Power Equipment
Operators
Cranes: A -frame - 10 Tons And
Under
$48.92
7A
3C
8P
'King
Power Equipment
Operators
Cranes: Friction 100 Tons Through
199 Tons
$53.31
7A
3C
8P
j
King
Power Equipment
Operators
Cranes: Friction Over 200 Tons
$53.87
7A
3C
8P
King
Power Equipment
Operators
Cranes: Over 300 Tons Or 300' Of
Boom (including Jib With
Attachments)
$53.87
7A
3C
8P
King
Power Equipment
Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$51.28
7A
3C
8P
E
King
Power Equipment
Operators
Crusher
$51.70
7A
3C
8P
King
Power Equipment
Operators
Deck Engineer/deck Winches
(power)
$51.70
7A
3C
8P
King
Power Equipment
Operators
Derricks, On Building Work
$52.19
7A
3C
8P
`King
Power Equipment
Operators
Dozer Quad 9, HD 41, D10 and
Over
$52.19
7A
3C
8P
King
Power Equipment
Operators
Dozers D-9 Et Under
$51.28
7A
3C
8P
;King
Power Equipment
Operators
Drill Oilers: Auger Type, Truck Or
Crane Mount
$51.28
7A
3C
8P
King
Power Equipment
Operators
Drilling Machine
$51.70
7A
3C
8P
,King
Power Equipment
Operators
Elevator And Man -lift: Permanent
$48.92
7A
3C
8P
I-- .11r- --------n--I----.-I--I----I--"__tX7_--1--I---- -__ nn/I nInn in
And Shaft Type
King
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$51.70
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over With
Attachments
$51.28
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$48.92
7A
3C
8P
King
Power Equipment Operators
Grade Engineer:. Using Blue Prints,
Cut Sheets, Etc
$51.70
7A
3C
8P
King
Power Equipment Operators
Gradechecker/stakeman
$48.92
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$51.70
7A.
3C
8P
King
Power Equipment Operators
Guardrail Punch/Auger
$51.701
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
$52.19
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
$51.70
7A
3C
8P
King
Power Equipment Operators
Horizontal directional Drill
Locator
$51.28
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Operator
$51.70
7A
3C
8P
'King
Power Equipment Operators
Hydralifts/boom Trucks Over 10
Tons
$51.28
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks, 10 Tons
And Under
$48.92
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et Over
$52.74
7A
3C
8P
`King
i
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$52.19
7A
3C
8P }
5 King
Power Equipment Operators
Loaders, Overhead Under 6 Yards
$51.70
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$51.70
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$51.28
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$51.701
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$51.70
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$52.74
7A
3C
8P
King
Power Equipment Operators
Mixers: Asphalt Plant
$51.70
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$51.28
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders, Finishing
$52.19
7A
3C
8P
King
I
{
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header And/or
Shield
$52.19
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.92
7A
3C
8P
;King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$51.28
7A
3C
8P g
King
Power Equipment Operators
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
$51.70
7A
3C
8P E
King
r
Power Equipment Operators
Overhead, Bridge Type: 100 Tons
And Over
$52.74
7A
3C
8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
L-- -. iI/`_ _...- - - __ -- . -- -n.- - I-- - - . -I - -I-- -.- I.. ..__"T- - -1 - - I--- - - - -__ nil /I"1/ / I1
i us.-, i v1 i v
fl
1
I
King
Power Equipment
Operators
Overhead, Bridge Type: 45 Tons
Through 99 Tons
$52.19
7A
3C
8P
King
Power Equipment
Operators
Pavement Breaker
$48.92
7A
3C
8P °
King
Power Equipment
Operators
Pile Driver (other Than Crane
Mount)
$51.70
7A
3C
8P
King
Power Equipment
Operators
Plant Oiler - Asphalt, Crusher
$51.28
7A
3C
8P
King
Power Equipment
Operators
Posthole Digger, Mechanical
$48.92
7A
3C
8P
King
Power Equipment
Operators
Power Plant
$48.92
7A
3C
8P
King
Power Equipment
Operators
Pumps - Water
$48.92
7A
3C
8P
King
Power Equipment
Operators
Quad 9, Hd 41, D10 And Over
$52.19
7A
3C
8P
King
Power Equipment
Operators
Quick Tower - No Cab, Under 100
Feet In Height Based To Boom
$48.92
7A
3C
8P
King
Power Equipment
Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$52.19
7A
3C
8P
King
Power Equipment
Operators
Rigger And Bellman
$48.92
7A
3C
8P
King
Power Equipment
Operators
Rollagon
$52.19
7A
3C
8P '
i
King
Power Equipment
Operators
Roller, Other Than Plant Mix
$48.92
7A
3C
8P
King
Power Equipment
Operators
Roller, Plant Mix Or Multi -lift
Materials
$51.28
7A
3C
8P
King
Power Equipment
Operators
Roto-mill, Roto-grinder
$51.70
7A
3C
8P
King
Power Equipment
Operators
Saws - Concrete
$51.28
7A
3C
8P
King
'
Power Equipment
Operators
Scraper, Self Propelled Under 45
Yards
$51.70
7A
3C
8P
King
Power Equipment
Operators
Scrapers - Concrete Et Carry All
$51.28
7A
3C
8P
King
Power Equipment
Operators
Scrapers, Self-propelled: 45 Yards
And Over
$52.19
7A
3C
8P
King
Power Equipment
Operators
Service Engineers - Equipment
$51.28
7A
3C
8P
King
Power Equipment
Operators
Shotcrete/gunite Equipment
$48.92
7A
3C
8P
King
Power Equipment
Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$51.28
7A
3C
8P
King
€
Power Equipment
Operators
Shovel, Excavator, Backhoe: Over
30 Metric Tons To 50 Metric Tons
$52.19
7A
3C
8P
King
Power Equipment
Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.70
7A
3C
8P
King
Power Equipment
Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
$52.74
7A
3C
8P
i
King
Power Equipment
Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.31
7A
3C
8P
King
Power Equipment
Operators
Slipform Pavers
$52.19
7A
3C
8P
King
Power Equipment
Operators
Spreader, Topsider Et Screedman
$52.19
7A
3C
8P
King
Power Equipment
Operators
Subgrader Trimmer
$51.70
7A
3C
8P
King
Power Equipment
Operators
Tower Bucket Elevators
$51.28
7A
3C
8P
King
I
Power Equipment
Operators
Tower Crane Over 175'in Height,
Base To Boom
$53.31
7A
3C
8P
King
I
Power Equipment
Operators
Tower Crane Up To 175' In Height
Base To Boom
$52.74
7A
3C
8P
King
Power Equipment
Operators
Transporters, All Track Or Truck
Type
$52.19
7A
3C
8P
King
Power Equipment
Operators
Trenching Machines
$51.281
7A
3C
8P
1_......_./,f---�..--- ---- ---- A. -.I- -- - - -I--I-,-I--..-_<<,- . -I - -I- ---
n� 11 0 1nnl n
iur'. ivvx iv
1 King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$51.70
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$51.28
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
$51.70
7A
3C
8P
King
Power Equipment Operators
Welder
$52.19
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$48.92
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$51.70
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer & Water
Assistant Engineer
$48.92
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$51.70
7A
3C
8P
Underground Sewer Et Water
1 King
i
Power Equipment Operators-
Batch Plant Operator, Concrete
$51.70
7A
3C
8P
Underground Sewer Et Water
3 King
Power Equipment Operators-
Bobcat
$48.92
7A
3C
8P `
Underground Sewer Et Water
s King
Power Equipment Operators-
Underground Sewer Et Water
Brokk - Remote Demolition
Equipment
$48.92
7A
3C
8P
King
Power Equipment Operators-
Brooms
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Bump Cutter
$51.70
7A
3C
8P i
e King
Power Equipment Operators-
Cableways
$52.19
7A
3C
8P
e.inoerground Sewer Et Water
King
Power Equipment Operators-
Chipper
$51.70
7A
3C
8P
Underground Sewer Et Water
5 King
g
Power Equipment Operators-
Compressor
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer a Water
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$52.19
7A
3C
8P
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$48.92
7A
3C
8P
3
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
$51.28
7A
3C
8P i
Underground Sewer Er. Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$51.70
7A
3C
8P
Underground Sewer Et Water
King
t
Power Equipment Operators-
Underground Sewer It Water
Conveyors
$51.28
7A
3C
8P
King
Power Equipment Operators-
Cranes: 20 Tons Through 44 Tons
With Attachments
$51.70
7A
3C
8P
Underground Sewer Et Water
King
s
Power Equipment Operators-
Cranes: 20 Tons Through 44 Tons
With Attachments Overhead,
Bridge Type Crane: 20 Tons
Through 44 Tons
$51.70
7A
3C
8P
Underground Sewer Et Water
gKing
9
i
Power Equipment Operators-
Underground Sewer £t Water
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (including
Jib With
$52.74
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Cranes: 200 Tons To 300 Tons, Or
250' Of Boom (including Jib With
Attachments)
$53.31
7A
3C
8P
i
1....." _ - fir- -` - - - - -- _ _ . - - - /1 _" � �-- - - - _ 1 " - 1-_ _ .. / _ _1 1 _ - -I - - � -- - ' - ' _ / n 11 n /_ n l I
t us%, t t vt tv
11
i
d
King
Power Equipment Operators-
Underground Sewer Et Water
Cranes: 45 Tons Through 99 Tons,
Under 150' Of Boom (including Jib
With Attachments)
$52.19
7A
3C
8P
e
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$48.92
7A
3C
8P
Underground Sewer Et Water
} King
Power Equipment Operators-
Underground Sewer £t Water
Cranes: Friction 100 Tons Through
199 Tons
$53.31
7A
3C
8P
King
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$53.87
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Cranes: Over 300 Tons Or 300' Of
Boom (including Jib With
Attachments)
$53.87
7A
3C
8P
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Crusher
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$51.70
7A
3C
8P
Underground Sewer E` Water
King
Power Equipment Operators
Derricks, On Building Work
$52.19
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Dozer Quad 9, HD 41, D10 and
Over
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Dozers D-9 Et Under
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Drill Oilers: Auger Type, Truck Or
Crane Mount
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Drilling Machine
$51.70
7A
3C
8P
j
King
Power Equipment Operators-
Elevator And Man -lift: Permanent
And Shaft Type
$48.92
7A
3C
8P
i
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Forklift: 3000 Lbs And Over With
Attachments
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Forklifts: Under 3000 Lbs. With
Attachments
$48.92
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Grade Engineer: Using Blue Prints,
Cut Sheets, Etc
$51.70
7A
3C
8P
King
Power,Equipment Operators-
Underground Sewer Et Water
Gradechecker/stakeman
$48.92
7A
3C
8P
King
Power Equipment Operators-
Guardrail Punch
$51.70
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators
Guardrail Punch/Auger
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Hard Tail End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
$52.19
7A
3C
8P
King
Power Equipment Operators-
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
$51.70
7A
3C
8P
r
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
Locator
$51.28
7A
3C
8P i
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
$51.70
7A
3C
8P
1_--..//r-_----- --- -----n---1----.-1--1----I.----«-- 1--1-- -
nn 1101nn1 ^
i ur,%.. Xc vl iv
t
Underground Sewer Et Water
Operator
z King
Power Equipment Operators-
Underground Sewer Et Water
Hydralifts/boom Trucks Over 10
Tons
$51.28
7A
3C
8P
King
Power Equipment Operators-
Hydralifts/boom Trucks, 10 Tons
And Under
$48.92
7A
3C
8P
Underground Sewer Et Water
{ King
3
Power Equipment Operators-
Loader, Overhead 8 Yards. Et Over
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$52.19
7A
3C
8P
King
Power Equipment Operators-
Loaders, Overhead Under 6 Yards
$51.70
7A
3C
8P
3
Underground Sewer Et Water
=King
Power Equipment Operators-
Underground Sewer Et Water
Loaders, Plant Feed
$51.70
7A
3C
8P
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Locomotives, All
$51.70
7A
3C
8P
4 King
Power Equipment Operators-
Material Transfer Device
$51.70
7A
3C
8P
Underground Sewer 8 Water
King
Power Equipment Operators-
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mixers: Asphalt Plant
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Graders, Finishing
$52.19
7A
3C
8P
Underground Sewer Et Water
King
'
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header And/or
Shield
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.92
7A
3C
8P 3
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
$51.70
7A
3C
8P
King
Power Equipment Operators-
Overhead, Bridge Type: 100 Tons
And Over
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45 Tons
Through 99 Tons
$52.19
7A
3C
8P
Underground Sewer Et Water
King
d
Power Equipment Operators-
Underground Sewer 8 Water
Pavement Breaker
$48.92
7A
3C
8P
8
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer EL Water
Posthole Digger, Mechanical
$48.92
7A
3C
8P
1
King
Power Equipment Operators-
Underground Sewer Et Water
Power Plant
$48.92
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer EL Water
Pumps - Water
$48.92
7A
3C
8P
i u&%. I-) vi IV
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$52.19
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Underground Sewer Et Water
Quick Tower - No Cab, Under 100
Feet In Height Based To Boom
$48.92
7A
3C
8P
King
{
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$52.19
7A
3C
8P
Underground Sewer i* Water
1 King
Power Equipment Operators-
Rigger And Bellman
$48.92
7A
3C
8P
Underground Sewer it Water
,'King
Power Equipment Operators-
Underground Sewer Et Water
Rollagon
$52.19
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Ft Water
Roller, Other Than Plant Mix
$48.92
7A
3C
8P
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$51.28
7A
3C
8P
Underground Sewer E: Water
iKing
Power Equipment Operators-
Roto-mill, Roto-grinder
$51.70
7A
3C
8P
Underground Sewer Et Water
King
King
Power Equipment Operators-
Saws - Concrete
Scraper, Self Propelled Under 45
Yards
$51.28
$51.70
7A
7A
3C
3C
8P
8P
Underground Sewer Et Water
Power Equipment Operators-
Underground Sewer Et Water
s King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$51.28
7A
3C
8P `
Underground Sewer £t Water
King
Power Equipment Operators-
Underground Sewer Ft Water
Scrapers, Self-propelled: 45 Yards
And Over
$52.19
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Ft Water
Service Engineers - Equipment
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Shotcrete/gunite Equipment
$48.92
7A
3C
8P
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$51.28
7A
3C
8P `
Underground Sewer Et Water
?King
Power Equipment Operators-
Underground Sewer Et Water
Shovel, Excavator, Backhoe: Over
30 Metric Tons To 50 Metric Tons
$52.19
7A
3C
8P
;King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
$52.74
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Underground Sewer Et Water
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.31
7A
3C
8P
:King
Power Equipment Operators-
Slipform Pavers
$52.19
7A
3C
8P
,
Underground Sewer Et Water
King
i
Power Equipment Operators-
Spreader, Topsider Et Screedman
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Ft Water
Tower Bucket Elevators
$51.28
7A
3C
8P
King
Power Equipment Operators-
Tower Crane Over 175'in Height,
Base To Boom
$53.31
7A
3C
8P
Underground Sewer Ft Water
r King
Power Equipment Operators-
Tower Crane Up To 175' In Height
Base To Boom
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer it Water
Transporters, All Track Or Truck
Type
$52.19
7A
3C
8P
nn 11 n Inn 1 �
I use. XT vx iv
King
Power Equipment Operators-
Trenching Machines
$51.28
7A
3C
8P
Underground Sewer It Water
s King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$51.70
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Underground Sewer Et Water
Truck Crane Oiler/driver Under
100 Tons
$51.28
7A
3C
8P
King
i
Power Equipment Operators-
Truck Mount Portable Conveyor
$51.70
7A
3C
8P
j
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Welder
$52.19
7A
3C
8P
King
?
Power Equipment Operators-
Underground Sewer Et Water
Wheel Tractors, Farmall Type
$48.92
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$51.70
7A
3C
8P j
Underground Sewer it Water
t King
Power Line Clearance Tree
Trimmers
Journey Level In Charge
$42.91
5A
4A
King
Power Line Clearance Tree
Trimmers
Spray Person
$40.73
5A
4A
3 King
Power Line Clearance Tree
Trimmers
Tree Equipment Operator
$41.29
5A
4A
s
King
Power Line Clearance Tree
Trimmers
Tree Trimmer
$38.38
5A
4A
P
King
Power Line Clearance Tree
Trimmers
Tree Trimmer Groundperson
$28.95
5A
4A
;King
Refrigeration Et Air Conditioning
Journey Level
$70.46
6Z
1G
F
Mechanics
;King
Residential Brick Mason
Journey Level
$49.07
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
'King
Residential Drywall Applicators
Journey Level
$38:60
5D
1M
King
Residential Drywatt Tapers
Journey Level
$49.79
5P
1 E
King
Residential Electricians
JOURNEY LEVEL
$30.44
1
King
Residential Glaziers
Journey Level
$35.10
7L
1 H
j
King
Residential Insulation Applicators
Journey Level
$26.28
1
} King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
.3
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers Et
Pipefitters
Journey Level
$34.69
1
King
Residential Refrigeration Et Air
Conditioning Mechanics
Journey Level
$70.46
6Z
1G
King
Residential Sheet Metal Workers
Journey Level (Field or Shop)
$41.30
7F
1 R
i King
Residential Soft Floor Lavers
Journey Level
$41.781
5A
3D
f
King
Residential Sprinkler Fitters (Fire
Journey Level
$40.81
5C
211
Protection)
iKing
Residential Stone Masons
Journey Level
$49.07
5A
1M
f
'King
Residential Terrazzo Workers
Journey Level
$45.43
5A
1M
E King
Residential Terrazzo/Tile
Finishers
Journey Level
$21.46
1
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$43.90
5A
1 R
I USV 1✓ V1 1V
I
King
Roofers
Using Irritable Bituminous
Materials
$46.90
5A
1 R
King
Sheet Metal Workers
Journey Level (Field or Shop)
$68.52
7F
1 E
;King
Shipbuilding Et Ship Repair
Boilermaker
$39.66
7M
111
King
Shipbuilding Et Ship Repair
Carpenter
$38.24
70
3B
King
Shipbuilding Et Ship Repair
Electrician
$37.82
70
3B
_King
Shipbuilding Et Ship Repair
Heat Et Frost Insulator
$56.93
5.1
1S
King
Shipbuilding Et Ship Repair .
Laborer
$36.78
70
3B
1
King
Shipbuilding Et Ship Repair
Machinist
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Operator
$40.15
70
3B
King
Shipbuilding Et Ship Repair
Painter
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Pipefitter
$37.77
70
3B
King
Shipbuilding Et Ship Repair
Rigger
$37.76
70
3B
King
Shipbuilding Et Ship Repair
Sandblaster
$36.78
70
3B
King
Shipbuilding Et Ship Repair
Sheet Metal
$37.74
70
3B
King
Shipbuilding Et Ship Repair
Shipfitter
$37.76
70
3B
King
Shipbuilding Et Ship Repair
Trucker
$37.61
70
3B
King
Shipbuilding Et Ship Repair
Warehouse
$37.65
70
36
King
Shipbuilding Et Ship Repair
Welder/Burner
$37.76
70
3B
King
Sign Makers Et Installers
(Etectricatl
Sign Installer
$22.92
1
King
Sign Makers Et Installers
(Electrical)
Sign Maker
$21.36
1
King
Sign Makers 8t Installers (Non-
Sign Installer
$27.28
1
Electrical)
King
Sign Makers Et Installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Lavers
Journey Level
$41.78
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire Protection)
Journey Level
$69.59
5C
1X
King
Stage Ringing Mechanics (Non
Journey Level
$13.23
1
Structural)
i King
Stone Masons
Journey Level
$49.07
5A
1 M
'King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
Workers
King
Surveyors
Assistant Construction Site
Surveyor
$51.28
7A
3C
8P
i
r King
Surveyors
Chainman
$50.76
7A
3C
8P
(King
Surveyors
Construction Site Surveyor
$52.19
7A
3C
8P
King
Telecommunication Technicians
Journey Level
$22.76
1
King
i
Telephone Line Construction -
Outside
Cable Splicer
$35.09
5A
2B
King
Telephone Line Construction
Outside
Hole Digger/Ground Person
$19.22
5A
2B
King
Telephone Line Construction -
Outside
Installer (Repairer)
$33.63
5A
2B
King
Telephone Line Construction -
Special Aparatus Installer 1
$35.09
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$34.37
5A
2B
Outside
s
1_....-._11r._..._--____ .-1-----V-_-«1---I--
a ur, . iv v1 iv
"King
Telephone Line Construction -
Telephone Equipment Operator
(Heavy)
$35.09
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
(Light)
$32.62
5A
2B
Outside
'King
Telephone Line Construction -
Outside
Telephone Lineperson
$32.62
5A
2B
sKing
Telephone Line Construction
Television Groundperson
$18.65
5A
2B
Outside
;King
Telephone Line Construction -
Television Lineperson/Installer
$24.66
5A
2B
Outside
=King
Telephone Line Construction -
Outside
Television System Technician
$29.42
5A
2B
I
King
Telephone Line Construction -
Outside
Television Technician
$26.43
5A
2B
King
Telephone Line Construction -
Tree Trimmer
$32.95
5A
2B
!
Outside
tKing
Terrazzo Workers
Journey Level
$45.43
5A
1M
;King
Tile Setters
Journey Level
$21.65
1
King
Tile, Marble Et Terrazzo Finishers
Finisher
$37.76
5A
1 B
King
Traffic Control Stripers
Journey Level
$41.53
7A
1 K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$47.91
5D
3A
8L
f
King
Truck Drivers
Asphalt Mix To 16 Yards (W. WA-
Joint Council 28)
$47.07
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$47.91
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint Council
28)
$47.07
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$47.91
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Welt Drillers Et Irrigation Pump
Installers
Irrigation Pump Installer
$17.71
1
:King
Well Drillers Et Irrigation Pump
Oiler
$12.97
1
I
Installers
King
Well Drillers Et Irrigation Pump
Installers
Well Driller
$18.00
1
1
Department of Labor and Industries ��v, arerpo�
'
Prevailing Wage
(360) 902-5335 ='
wtv\\•.lni.wa.eov/TCadesl.,icensin9/PrevWaec c v"
y'2 rasa ao
• This form must be typed orprinted in ink.
• Fill in all blanks or the form will be returned for correction (see instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your form will be posted online at
h tips:// fol'i mess. \ya. "_O V/] n l/p \vl a p nb/SCa I'C I 11'Or.:tSU
STATEMENT OF INTENT TO
PAY PREVAILING WAGES
Public Works Contract
$40.00 Filing Fee Required
:Intent ID # (Assigned:by L&I)
Wivarding4 fiiic ;Inforrtia{ion
Your Company Name
Project Name -.
Contract Number
ABC Company, Inc.
Road Repair sr Sx 3
2011-01B
Your Address
Awarding Agency .
``
1234 Main Street
WA State Department of Transportation
City
State
Zip+4
Awarding Agency Address,m"�-.i a
�'�'•'
Olympia
WA
98501-1234
PO Box 47354
Your Contractor Registration Number
Your UBI Number
City 'i��
State J. J Zip+4
ABCCI*0123AA
123456789
Olympia 1
WA ,;.`' 98501
Your Industrial insurance Account Number
Awarding Alft`ncy Contact Name `'
Phone Nivnber
111,1I1-11
John Doe:��-`c"uyt
,iri
Z5'- 55-5555
Your Email Address (required for uoti8cation ofappmval)
Your Phone Number
County Where'Wti"ck^Will Be Performed
�.
City Where Work Will Be Performed
prevailing\vage@lni.\va.gov (555)
555-5555
aContrnctlle[alls_-::;
'I'hursto `E,
Olympia
AddihoiiatDctails;�;,
t <. r•�:.. '-.: r ., -�>
Your Expected Job Start Date (nmi/dd/yyyy)
Bid Due OhfiiXPrime Couiractors) W,
'
Award Date (Prime Contractor's)
01/01/2011
*"
08/01/2010� f « .xF'
08/10/2010
liMicate Tiitel Dollar Amount of Your Contract (including
Job Site Addtess/Directions ,r'K
.;ae=.,.
sales#Ua or time and materials, if applicable.
$1000.00
State Street @Plum Street ��-��"-3:,
r'
-�_Lcrr
ARRe1-Funds :-^: - -`:. - �i' •a, t - -
_
Weathe izattonrorEaer6,_F-
Does this project utilize American Recovery and Reinvestment Act (ARRA\),fund§9;
Does this'project utilize any weatherization or energy efficiency upgrade funds
❑ Yes ®No t �
Nih
(ARRA or otherwise)? ❑ Yes ® No
1 rime'Contractor's'Comiiany-%information ��•"; . ;
....ii Curti maii`,
HhmgContractr' ti, j _y:Iu[onnd'tiot '
Prime Contractor's Company Name
Pri_melContractor s Intent Nunitier
rwu "
HirmgGomractor's Company Name
XYZ Company, Inc.
123456
so avers, inc.
Prime Contractor's Registration Number
Prime Contractor's UBriNiinibei„
Hiring Contractor's Contractor Registration Number
Hiring Contractor's UBI Number
XYZ1N*0123AA
`�� W
987654321 '-. t..!
e
SUPERPA123AA
321456987
Einployriien[Iiifonnation- -
l-
- - -
Do you intend to use ANY subcontmctors7,a *�. z
e
❑Yes
x
®itJ0
srs _
Will employees perform work on this project?
®Yes
❑ No
Will ALL work be subcontracted?
Yes
"S No
Do youintend to use apprentice employees?
® Yes
❑ No
.� c .�5
Number ofOwner/Operalors who own at least 30/o;oPttme companywho will perform work on the project: ❑ None (0) ® One (1) ❑ Two (2) ❑ Three (3)
Crafts/frades/,Occupations -r(Do not list apprentices: They are listed on the Affidavit of Wages Paid only.)
Number of
Rate of Hourly
Rate of Hourly
g
If an employee orks in nmore than one trade, ensure I all hours worked in each trade are repotted below.
Workers
Pay
Usual ("Fringe")
For additional crafts/trades/occupationsjplease use'Ad_dendum A.
Benefits
-I.
39.28
5.00
Laborer - Aspha)t`Rskcr--`-'m'' '-`.-z '("
2
x
Power Equipment Operator - Asphalt PIa_n't Operator
1 1
48.04 1
2.35
Trick Driver - Asphalt Mix (oje'r,�,l0 s)
1
46.47
0.00
of
I heiratiirte
eby certify that I have read and understand the instructions to complete this forth and that the information, including any addenda, are correct and that all workers I employ on this
Public Works Project will be paid no less than the Prevailing Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name:
Print Title
Sianatirc
ae
For ti&ia[Jsc"Only'..-Z.Approved
by signature of the Department ofl.abor and industries Industrial Statistician
NOTICE: If the prinic contract is at a cost of over one million dollars (S1,000,000.00), ItCW 39.04.370 requires you to complete the EBB 2805 (RCW 39.04.370) Addendum and attach it
to your Affidavit ofWages of Paid when your work on the project concludes. This is only a notice. The FHB 2805 Addendum is not submitted with this Intent.
SAMPI,E - F700-029-000 Statement of tuent to Pay Prevailing Wages 03-2011
Department of Labor and Industries was, sTAr o�
Prevailing Wage Program o° 6
(360) 902-5335
www.hti.wa.ewd_I'radesLicensin /PLevlLase s
a
�k't 1889 a Y
• This form must be typed or printed in ink.
• Fill in ALL blanks or the form will be returned for correction (sec instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your form will be posted online at
lit tns://Conress.wa. uo v/ lu iiUNvi aptib/Search Fora sn
AFFIDAVIT OF WAGES PAID
Public Works Contract
$40.00 Filing Fee Required
Affidavit ID # (Assigned by L&I):
SAMPLE
Indicate
(including
Your Company Name
ABC Company
Project Name
Road Repair
Contract Number
123-456
Your Address
1234 Main Street
Awarding Agency
WA St Department of Transportation
City
Olympia
State
WA
Zip+q
98501-1234
Awarding Agency Address }:
PO Box 123
Your Contractor Registration Number
ABCCI*0123AA
Your UBI Number
123456789
City State
Olympia WA
Zip+4
98501
Your Industrial Insurance Account Number
111,1.1 1-I l
Awarding Agency Contact NamePhone
John Doe (555)
Number
555-5555
Your Email Address (required for noti5cadmr ofapp-1)
prevailingwage@lni.wa.gov
Your Phone Number
555) 555-5555
Coitnty Where Work Was Performed City
Thurston Olympia
Where Work Was Performed
Additlt nal Betalla ' {
Goutractl)e[alls
`
)Lour lob Start Date (mm/dd/yyyy)
2/11201 1
Your Date Work Completed (mm/dd/yyyy)
3/1 /2011
Bid Due Date. (Prime Contractor's) ..
1 /1 /2011
Award Date (Prime Contractor's)
1 /5/2011
Job Site Address/Directions
Plum and State Street
Your Approved IntenrlD,fl
123456
Total_ Dollar Amount of.Your Contract
sales tax),
$10,000.00
EHB 2805 (RCW 39.04.370)— Is the Prime Contractor's
Contract at a.cost of over one million dollars S 1,000,000
El Z.No If yodsrrstvered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or
7 `-. later you,nuistcomplete and submit the EHB 2805 CW 39.04.370 Addendum.
(ARRA
- Ilirin
zattoli or Ever - :EfBeicafFunds„ +. :: '
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
❑ Yes Z No -
Does this project:utilize any weatherizationor energy efficiency upgrade funds
or otherwise)? ❑ Yes Z No
PrunrContractor's.Com nutydnformanom::; - .:.:: ,
!Confractor, s,Com aav'Info�matlon :;. -. -
Prime Contractor's Company Name
XYZ Company
Hiring Contractor's Company Name
CBA Company
Prime Contractor's Registration Number
XYZCI *0123AA
Prime Contractor's UBI Number
987654321`
Hiring Contractor's Registration Number
CBACI *0123AA
Hiring Contractor's UBI Number
456789123
Eolloidnenf Liformi
Did you use ANY subcontractors?
❑ Yes (Addendurn 13-ReguIred)
No
Did employees perform work on this project?
Z Yes
❑ No
Was ALL work subcontracted?
❑ Yes (Addendum B Reuuired)
Z No Did
you use apprentice employees?
❑ Yes
Z No
Number of Owner/Operators who own at least 30% of the company who perforated work on this project:
You must list the First and Last Narne s of any Owner/Operator performing work below
❑ None (0) Z One (1) ❑ Two (2) ❑ Three (3)
List your Craftsfrrades/Occupations Below -For Journey Level Workers you must
provide all of the information below. Owner/Operators - must provide their First and Last
name no other information required. "Apprentices are not recorded below. You must
use Addendum D to list Apprentices.
Number of
workers
Total # of Hours
Worked
Rate of Hourly
Pay
Rate of Hourly
Usual ("Fringe")
Benefits
General Labor
2
153
41.23
8.54
Carpenter
5
210
52.26
10.13
siguature Block. .-.`.' '' --
l hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this
Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of die Department of Labor and Industries.
Print Name: Jane Doe Prhtt7'itle: Bookkeeper Signature: Date:3/5/201 I
For'L'K19ise OiH -: ..a
APPROVED: Department of labor and Industries
By Industrial Statistician
SAMPLE - F700-007-000 Affidavit of Wages Paid 3-2011
� SPECIAL PROVISIONS
1
j
I
SPECIALPROVISIONS..................................................................................................................................10
1-01 DEFINITIONS AND TERMS..................................................................................................................10
1-01.1 General............................................................................................................................................10
1-01.3 Definitions......................................................................................................................................10
1-02 BID PROCEDURES AND CONDITIONS...............................................................................................12
1-02.1 Prequalification of bidders............................................................................................................12
1-02.2 Plans and Specifications................................................................................................................12
1-02.5 Proposal Forms..............................................................................................................................12
1-02.6 Preparation of Proposal.................................................................................................................13
1-02.6(1) Proprietary Information............................................................................................................13
1-02.7 Bid Deposit.....................................................................................................................................13
1-02.9 Delivery of Proposal......................................................................................................................13
1-02.12 Public Opening of Proposals........................................................................................................14
1-02.13 Irregular Proposals.......................................................................................................................14
1-02.14 Disqualification of Bidders..........................................................................................................14
1-02.15 Pre Award Information................................................................................................................14
1-03 AWARD AND EXECUTION.OF CONTRACT.........................................................................................15
1-03.1 Consideration of Bids.....................................................................................................................15
1-03.2 Award of Contract..........................................................................................................................15
1-03.3 Execution of Contract....................................................................................................................15
1-03.4 Contract Bond................................................................................................................................15
1-03.7 Judicial Review...............................................................................................................................16
1-04 SCOPE OF WORK...............................................................................................................................16
1-04.2 Coordination of Contract Documents...........................................................................................16
1-04.3 Contractor -Discovered Discrepancies...........................................................................................16
1-04.4 Changes..........................................................................................................................................17
1-04.8 Progress Estimates and Payments.................................................................................................17
1-04.11 Final Cleanup...............................................................................................................................17
1-05 CONTROL OF WORK..........................................................................................................................17
1-05.3 Plans and Working Drawings.........................................................................................................17
1-05.4 Conformity With and Deviation from Plans and Stakes...............................................................17
1-05.4(3) Contractor Supplied Surveying.................................................................................................18
1-05.4(4) Contractor Provided As -Built Information...............................................................................19
1-05.7 Removal of Defective and Unauthorized Work............................................................................19
1-05.10 Guarantees...................................................................................................................................20
1-05.11 Final Inspection............................................................................................................................20
1-05.11(1) Substantial Completion Date..................................................................................................20
1-05.11(2) Final Inspection and Physical Completion Date.....................................................................21
1-05.11(3) Operational Testing.................................................................................................................21
1-05.12 Final Acceptance..........................................................................................................................22
1-05.13 Superintendents, Labor and Equipment of Contractor..............................................................22
1-05.14 Cooperation with Other Contractors..........................................................................................22
1-05.16 Water and Power.........................................................................................................................22
1-05.17 Oral Agreements..........................................................................................................................22
1-05.18 Contractor's Daily Diary ...............................................................................................................22
1-06 CONTROL OF MATERIAL....................................................................................................................23
1-06.1 Approval of Materials Prior to Use...............................................................................................23
1-06.2(1) Samples and Tests for Acceptance............................................................................................24
1-06.2(2) Statistical Evaluation of Materials for Acceptance...................................................................24
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.............................................................24
1-07.1 Laws to be Observed......................................................................................................................24
1-07.2 State Sales Tax................................................................................................................................24
1-07.2(1) General......................................................................................................................................24
1-07.2(2) State Sales Tax- Rule 171.........................................................................................................25
1-07.2(3) State Sales Tax - Rule 170.........................................................................................................25
1-07.2(4) Services......................................................................................................................................25
1-07.6 Permits and Licenses......................................................................................................................26
1-07.9 Wages.............................................................................................................................................26
1-07.9(5) Required Documents.................................................................................................................26
1-07.11 Requirements for Non-Discrimination........................................................................................26
1-07.11(11) City of Renton Affidavit of Compliance................................................................................26
1-07.12 Federal Agency Inspection...........................................................................................................26
1-07.13 Contractor's Responsibility for Work..........................................................................................26
1-07.13(1) General.....................................................................................................................................26
1-07.15 Temporary Water Pollution/Erosion Control..............................................................................27
1-07.16 Protection and Restoration of Property......................................................................................27
1-07.16(1) Private/Public Property...........................................................................................................27
1-07.17 Utilities and Similar Facilities......................................................................................................28
1707.17(1) Interruption of Services..........................................................................................................29
2
1-07.18 Public Liability and Property Damage Insurance........................................................................29
1-07.18(1) General....................................................................................................................................29
1-07.18(2) Coverages.................................................................................................................................30
1-07.18(3) Limits.......................................................................................................................................31
1-07.18(4) Evidence of Insurance: ............................................................................................................ 32
1-07.22 Use of Explosives.........................................................................................................................32
1-07.23 Public Convenience and Safety...................................................................................................32
1-07.23(1) Construction Under Traffic......................................................................................................32
1-07.23(2) Construction and Maintenance of Detours............................................................................33
1-07.24 Rights-of-Way...............................................................................................................................33
1-07.28 Confined Space Entry...................................................................................................................34
1-08 PROSECUTION AND PROGRESS........................................................................................................35
1-08.0 Preliminary Matters.......................................................................................................................35
1-08.0(1) Preconstruction Conference.....................................................................................................35
1-08.0(2) Hours of Work...........................................................................................................................36
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees.................................36
1-08.1 Subcontracting...............................................................................................................................36
1-08.2 Assignment....................................................................................................................................37
1-08.3 Progress Schedule..........................................................................................................................37
1-08.4 Notice to Proceed and Prosecution of the Work..........................................................................38
1-08.5 Time For Completion.....................................................................................................................38
1-08.6 Suspension of Work.......................................................................................................................39
1-08.7 Maintenance During Suspension..................................................................................................39
'
1-08.9 Liquidated Damages......................................................................................................................40
1-08.11 Contractor's Plant and Equipment..............................................................................................40
'
1-08.12 Attention to Work........................................................................................................................40
1-09 MEASUREMENT AND PAYMENT.......................................................................................................40
'
1-09.1 Measurement of Quantities..........................................................................................................40
1-09.3 Scope of Payment..........................................................................................................................41
'
1-09.6 Force Account....................................................................................................
1-09.7 Mobilization...................................................................................................................................42
42
'
1-09.9 Payments........................................................................................................................................42
1-09.9(1) Retainage...................................................................................................................................43
'
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...............................43
1-09.9(3) Final Payment............................................................................................................................44
1
3
1-09.11 Disputes and Claims.....................................................................................................................45
1-09.11(2) Claims......................................................................................................................................45
1-09.11(3) Time Limitations and Jurisdiction...........................................................................................45
1-09.13 Claims and Resolutions.................................................................................................................45
1-09.13(3) Claims $250,000 or Less..........................................................................................................45
1-09.13(3)A Administration of Arbitration...............................................................................................45
1-09.13(3)B Procedures to Pursue Arbitration.........................................................................................45
1-09.14 Payment Schedule.......................................................................................................................46
1-09.14(1) Scope.......................................................................................................................................46
1-09.14(2) Bid Items..................................................................................................................................46
1-10 TEMPORARY TRAFFIC CONTROL.......................................................................................................51
1-10.1 General...........................................................................................................................................51
1-10.2(1)B Traffic Control Supervisor.......................................................................................................52
1-10.2(2) Traffic Control Plans..................................................................................................................52
1-10.3 Flagging, Signs, and All Other Traffic Control Devices..................................................................52
1-10.3(3) Construction Signs.....................................................................................................................53
1-10.4 Measurement.................................................................................................................................53
1-10.5 Payment.........................................................................................................................................53
1-11 RENTON SURVEYING STANDARDS....................................................................................................53
1-11.1(1)
Responsibility for Surveys.........................................................................................................53
1-11.1(2)
Survey Datum and Precision.....................................................................................................53
1-11.1(3)
Subdivision Information............................................................................................................54
1-11.1(4)
Field Notes.................................................................................................................................54
1-11.1(5)
Corners and Monuments..........................................................................................................54
1-11.1(6)
Control or Base Line Survey......................................................................................................54
1-11.1(7)
Precision Levels.........................................................................................................................55
1-11.1(8)
Radial and Station -- Offset Topography...................................................................................55
1-11.1(9)
Radial Topography.....................................................................................................................55
1-11.1(10)
Station --Offset Topography.....................................................................................................55
1-11.1(11)
As -Built Survey........................................................................................................................55
1-11.1(12)
Monument Setting and Referencing......................................................................................55
1-11.12 Materials......................................................................................................................................56
1-11.12(1) Property/Lot Corners..............................................................................................................56
1-11.12(2) Monuments.............................................................................................................................56
1-11.12(3) Monument Case and Cover....................................................................................................56
4
1
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP..........................................................................56
2-01.1 Description.....................................................................................................................................56
2-01.2 Disposal of Usable Material and Debris........................................................................................57
2-01.5 Payment.........................................................................................................................................57
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.............................................................................57
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs...........................................................................57
2-02.4 Measurement.................................................................................................................................57
2-02.5 Payment.........................................................................................................................................57
2-03 ROADWAY EXCAVATION AND EMBANKMENT.................................................................................57
2-03.3 Construction Requirements...........................................................................................................57
2-03.4 Measurement.................................................................................................................................58
2-03.5 Payment.........................................................................................................................................58
2-04 HAUL.....................................................................................................:............................................59
2-04.5 Payment.........................................................................................................................................59
2-06 SUBGRADE PREPARATION................................................................................................................59
2-06.5 Measurement and Payment.........................................................................................................59
2-09 STRUCTURE EXCAVATION.................................................................................................................59
2-09.1 Description.....................................................................................................................................59
2-09.3(1)D Disposal of Excavated Material..............................................................................................59
2-09.4 Measurement.................................................................................................................................59
2-09.5 Payment.........................................................................................................................................60
5-04 ASPHALT CONCRETE PAVEMENT......................................................................................................60
5-04.2 Materials........................................................................................................................................60
' 5-04.3 Construction Requirements...........................................................................................................60
5-04.3(5) Conditioning the Existing Surface.............................................................................................61
5-04.3(5)A Preparation of Existing Surface..............................................................................................61
5-04.3(7)A Mix Design .............................. :................................................................................................ 62
' 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture................................................................62
5-04.3(10)B Control...................................................................................................................................63
'
5-04.5 Payment.........................................................................................................................................63
5-04.5(1)A Price Adjustments for Quality of HMA Mixture.....................................................................63
5-04.5(1)B Price Adjustments for Quality of HMA Compaction...............................................................64
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS..........................................................................64
'
5-06.1 Description.....................................................................................................................................64
5-06.2 Materials........................................................................................................................................64
5-06.3 Construction Requirements...........................................................................................................64
7-01 DRAINS..............................................................................................................................................64
7-01.2 Materials........................................................................................................................................64
7-01.3 Construction Requirements...........................................................................................................65
7-01.4 Measurement.................................................................................................................................65
7-02 CULVERTS..........................................................................................................................................65
7-02.2 Materials........................................................................................................................................65
7-04 STORM SEWERS...............................................................................................................:................65
7-04.2 Materials........................................................................................................................................65
7-04.4 Measurement.................................................................................................................................65
7-04.5 Payment.........................................................................................................................................66
7-05 MANHOLES, INLETS, AND CATCH BASINS........................................................................................66
7-05.3 Construction Requirements...........................................................................................................66
7-05.3(1) Adjusting Manholes and Catch Basins to Grade.......................................................................66
7-05.3(2) Abandon Existing Manholes.....................................................................................................67
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes.................................................................................67
7-05.3(3) Connections to Existing Manholes............................................................................................67
7-05.3(5) Manhole Coatings.....................................................................................................................68
7-05.4 Measurement.................................................................................................................................68
7-05.5 Payment.........................................................................................................................................68
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................................................69
7-08.3 Construction Requirements...........................................................................................................69
7-08.3(1)C
Bedding the Pipe.....................................................................................................................69
7-08.3(1)D
Pipe Foundation.....................................................................................................................69
7-08.3(2)A
Survey Line and Grade............................................................................................................69
7-08.3(2)B
Pipe Laying — General..............................................................................................................69
7-08.3(2)E
Rubber Gasketed Joints...........................................................................................................70
7-08.3(2)H
Sewer Line Connections.........................................................................................................70
7-08.3(2)J
Placing PVC Pipe.......................................................................................................................70
7-08.3(3)A
Backfilling Sanitary Sewer Trenches.......................................................................................70
7-08.4 Measurement
.................................................................................................................................71
7-08.5 Payment.........................................................................................................................................71
7-09 PIPE AND FITTINGS FOR WATER MAINS...........................................................................................71
7-09.3(15)A Ductile Iron Pipe...................................................................................................................71
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)...............................................................72
6
7-09.3(17)
7-09.3(19)A
Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement..................................72
Connections to Existing Mains.............................................................................................72
7-09.3(21)
7-09.3(23)
Concrete Thrust Blocking and Dead -Man Block.....................................................................72
Hydrostatic Pressure Test........................................................................................................73
' 7-09.3(24)A Flushing and..........................................................................................................................74
7-09.3(24)D Dry Calcium Hypochlorite.....................................................................................................74
7-09.3(24)K Retention Period...................................................................................................................74
7-09.3(24)N Final Flushing and Testing....................................................................................................74
7-09.3(25) Joint Restraint Systems...........................................................................................................74
' 7-09.4 Measurement.................................................................................................................................76
7-09.5 Payment.........................................................................................................................................76
7-12 VALVES FOR WATER MAINS..............................................................................................................76
7-12.3(1) Installation of Valve Marker Post..............................................................................................76
7-12.3(2) Adjust Existing Valve Box to Grade...........................................................................................77
7-12.4 Measurement.................................................................................................................................77
' 7-12.5 Payment.........................................................................................................................................77
7-14 HYDRANTS.........................................................................................................................................78
n
7-14.3(1) Setting Hydrants........................................................................................................................78
7-14.3(3) Resetting Existing Hydrants......................................................................................................78
7-14.3(4) Moving Existing Hydrants.........................................................................................................78
7-14.5 Payment.........................................................................................................................................78
7-15 SERVICE CONNECTIONS....................................................................................................................79
7-15.3 Construction Details......................................................................................................................79
7-15.5 Payment.........................................................................................................................................79
7-17 SANITARY SEWERS............................................................................................................................79
7-17.2 Materials...
.......................................................................................................... 79
7-17.3 Construction Requirements...........................................................................................................79
7-17.3(1) Protection of Existing Sewerage Facilities................................................................................79
7-17.3(2)H Television Inspection..............................................................................................................80
7-17.4 Measurement.................................................................................................................................80
7-17.5 Payment.........................................................................................................................................80
8-09 RAISED PAVEMENT MARKERS..........................................................................................................80
8-09.5 Payment.........................................................................................................................................80
8-13 MONUMENT CASES..........................................................................................................................81
8-13.1 Description.....................................................................................................................................81
7
8-13.3 Construction Requirements...........................................................................................................81
8-13.4 Measurement.................................................................................................................................81
8-13.5 Payment.........................................................................................................................................81
8-14 CEMENT CONCRETE SIDEWALKS......................................................................................................81
8-14.3(4) Curing.........................................................................................................................................81
8-14.4 Measurement.................................................................................................................................82
8-14.5 Payment.........................................................................................................................................82
8-17 IMPACT ATTENUATOR SYSTEMS.......................................................................................................82
8-17.5 Payment.........................................................................................................................................82
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL........................................................82
8-20.2(1) Equipment List and Drawings...................................................................................................82
8-22 PAVEMENT MARKING.......................................................................................................................83
8-22.1 Description.....................................................................................................................................83
8-22.3(5) Installation Instructions............................................................................................................83
8-22.5 Payment.........................................................................................................................................83
8-23 TEMPORARY PAVEMENT MARKINGS...............................................................................................84
8-23.5 Payment.........................................................................................................................................84
9-03.8(7) HMA Tolerances and Adjustments.............................................................................................84
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS.....................................................................84
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...........................................................................................84
9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)............................................................................84
9-05.7(2)A Basis for Acceptance (RC).......................................................................................................85
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)....................................................................................85
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)........................................................................85
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).........................................................................................85
9-05.12 Polyvinyl Chloride (PVC) Pipe......................................................................................................86
9-05.12(3) CPEP Sewer Pipe......................................................................................................................86
9-05.14 ABS Composite Sewer Pipe.........................................................................................................86
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe......................................................................................86
9-05.22 High Density Polyethylene Piping...............................................................................................86
9-08 PAINTS...............................................................................................................................................88
9-08.8 Manhole Coating System Products...............................................................................................88
9-08.8(1) Coating Systems Specification..................................................................................................88
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES........................................................................88
9-23.9 Fly Ash (RC)....................................................................................................................................88
8
9-30 WATER DISTRIBUTION MATERIALS.......:...........................................................................................88
9-30.3(1) Gate Valves (3inches to 12 inches)...........................................................................................88
9-30.3(3) Butterfly Valves ....................... :................................................................................................. 89
9-30.3(5) Valve Marker Posts....................................................................................................................89
9-30.3(7) Combination Air Release/Air Vacuum Valves...........................................................................89
9-30.3(g) Tapping Sleeve and Valve Assembly.........................................................................................89
9-30.3(9) Blow -Off Assembly....................................................................................................................90
' 9-30.5 Hydrants.........................................................................................................................................90
9-30.5(1)
End Connections(RC)................................................................................................................90
9-30.5(2)
Hydrant Dimensions..................................................................................................................90
9-30.6(3)B
Polyethylene Pipe...................................................................................................................91
9-30.6(4)
Service Fittings..........................................................................................................................91
9-30.6(5)
Meter Setters.............................................................................................................................91
10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED.........................................91
1
1
03/19/2013
SPECIAL PROVISIONS I
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, State of Washington, Commission, Department of Transportation,
Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean
the City of Renton acting through its City Council, employees, and duly authorized representatives for all ,
contracts administered by the City of Renton.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated
location". ,
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain,
windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, '
which might reasonably have been anticipated from historical records of the general locality of the Work, shall
not be construed as an act of god.
Consulting Engineer ,
The Contracting Agency's design consultant, who may or may not administer the construction program for the
Contracting Agency.
Contract Documents
See definition for "Contract".
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time ,
The period of time established by the terms and conditions of the Contract within which the Work must be
physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins, '
also referred to as the Date of Commencement.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and
unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only
minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains
for the physical completion of the total contract. '
Contract Completion Date: The date by which the Work is contractually required to be physically
completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this
date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. I
10
i
t03/19/2013
11
Completion Date: The day all the Work specified in the Contract is completed and all the obligations of
the Contractor under the Contract are fulfilled by the Contractor.
Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time begins
Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the
Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working
days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm
retained by the Owner for the construction engineering of a specific public works project.
Inspector
The Owner's authorized representative assigned to make necessary observations of the Work performed or
being performed, or of materials furnished or being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor
authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract
time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall be entirely
borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work
including layouts, profiles, cross -sections, and other details. Drawings may either be bound in the same book as
the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents,
regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in
Specifications refers to drawings bound either with the specification documents or included with the Plans or
the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points,
stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work.
Provide
Means "furnish and install" as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief executive officer
to the Department shall also refer to the Department of Public Works Administrator.
Shop Drawings
Same as "Working Drawings" defined in the Standard Specifications.
11
03/19/2013
Special Provisions I
Modifications to the Standard Specifications and their amendments that apply to an individual project. The
special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the
Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing
this Work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of Renton and
its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or documents
necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and
instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications
and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts,
sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in
the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems
necessary to ascertain the ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
Information as to where Bid Documents can be
(Advertisement for Bids) for the Work.
1
obtained or reviewed will be found in the Call for Bids I
After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed
below: I
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced Plans (11" x 17") and
4
Furnished automatically
contract provisions
upon award
Large Plans (22" x 34")
4
Furnished only upon
request
I�
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in
the Call for Bids.
1-02.5 Proposal Forms '
Delete this Section and replace it with the following:
At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the
bidder is eligible to bid
The proposal form will identify the project and its location and describe the Work. It will also list estimated
quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. '
The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices;
12 1
t03/19/2013
extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and
acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of
Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by
hand, preferably in black ink. The required certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such
be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in
the proposal forms unless otherwise specified. The Contracting Agency reserves the right to reject any bids
that fail to provide a cost proposal for all alternates and additives set forth in the proposal forms.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid.
1 The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other
corporate officer accompanied by evidence of authority to sign).
L F1
fl
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the
partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied
through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint
venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE
requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
All prices shall be in legible figures written in ink or typed. The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal point),
where a conflict arises the unit price shall prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula,
designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any
materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of
exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such
information received within 5 (five) years from the date of submission. Failure to so label such materials
or failure to timely respond after notice of request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that such materials are, in fact, so exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five
percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the person
authorized to submit the bid should agree with the signature on the bond, and the title of the person
must accompany said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the Contract
Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
13
03/ 19/2013
Each proposal shall be submitted in a sealed envelope, with Proiect Name and Proiect Number as stated in the
Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in the Bid
Documents, to ensure proper handling and delivery.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to
bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item I to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is altered;
C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or
conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the
Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in
Section 1-2.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's
Business Enterprise Certification, if applicable, as required in Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the material
terms of the bid invitation.
1-02.14 Disqualification of Bidders
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the
responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same or
different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will
be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full
extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as
may have been determined by a prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or
for Work done for others, as judged from the standpoint of conduct of the Work; workmanship;
progress; affirmative action; equal employment opportunity practices; or Disadvantaged
Enterprise, Minority Enterprise, or Women's Business Enterprise utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the
prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a crime arising
from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not registered in accordance
with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or actions of:
I
5
11
I
r1
14
03/19/2013
C
I
F1
I
I
1. A complete statement of the origin, composition, and manufacture of any or all materials to be used;
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for
the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the
Work is located;
7. A copy of State of Washington Contractor's Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest
responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in
the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid
to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
(******)
The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or
I documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within
10 days of the award. The number of copies to be executed by the Contractor shall be determined by the
Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
(******)
Within 10 calendar days after receipt from the City of the forms and documents required to be completed by
the Contractor, the successful bidder shall return the signed Contracting Agency -prepared contract, an
insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section
1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any
pre -award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any
Work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all
risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by
the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract documents
within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10
additional calendar days for return of the documents, provided the Contracting Agency deems the
circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not
registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires
persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to
award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
1 registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting
Agency requires legible copies of the Contractor's Registration and business license be submitted to the
Engineer as part of the Contracting Agency's post -award information and evaluation activities.
1 1-03.4 Contract Bond
Revise the first paragraph to read:
1 15
03/19/2013
F1
The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond
shall:
1. Be on the Contracting Agency -furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current. Authorized Insurance List in the State of Washington published by the
Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed
time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any
claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the
Contractor) to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all
laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other
person who provides supplies or provisions for carrying out Work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or
partner). If the Contractor is a corporation, the bond must be signed by the president or vice-
president, unless accompanied by a written proof of the authority of the individual signing the bond to
bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the
president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance of the
Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda
Revise the second paragraph to read:
(******)
Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1
presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions Part II
4. Special Provisions
5. Contract Plans
6. Contracting Agency's Standard Plans (if any)
7. Amendments to the Standard Specifications
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.3 Contractor -Discovered Discrepancies
Section 1-04.3 is a new section:
(******)
Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the
Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall,
prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or
omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of
this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical
condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or
mode of construction in the Plans or in the layout as given by points and instructions, it shall be the
Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the
same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if
I�
fl
F�
11
I
r�
1
1
03/19/2013
I
1
11
1
the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved,
the procedure shall be as provided in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such
proposals by the Contractor on a case -by -case basis.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump
Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the
actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific
method of calculating lump sum payments is provided elsewhere in the Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's
discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering
such items shall be considered incidental to the project and no compensation will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and
materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then
final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation
shall be made.
1-05 CONTROL OF WORK
1-05.3 Plans and Working Drawings
Section 1-05.3 is supplemented with the following:
Three (3) hardcopies or a legible PDF electronic copy of each submittal shall be provided.
Submittals: Submittals are samples, product data, working drawings, and others that demonstrate how
CONTRACTOR intends to conform with the Contract Documents.
Product data shall include the following:
• Catalog cuts.
• Bulletins.
• Brochures.
• Manufacturer's Certificate of Compliance: signed by product manufacturer along with
supporting reference data, affidavits, and tests, as appropriate.
• Manufacturer's printed recommendations for installation of equipment.
• Quality photocopies of applicable pages from manufacturer's documents.
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work,
including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being
provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying,"
per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines,
slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The
Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured
from the Engineer or the Contractor supplied surveyor furnished stakes and marks.
17
03/19/2013
i�
The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in
a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor
informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor
supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing
stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the
Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly
due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the
Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the
Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any
variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In
the absence of such report the Contractor shall be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey
Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by the
Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's
surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be
provided the Engineer upon request and upon completion of the Contract Work the field book or books shall
be submitted to the Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey
Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for
completing the survey Work required by the Engineer will be deducted from monies due or to become due the
Contractor.
I
I
All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the
various items which comprise the improvement or be included in the bid item for "Contractor Supplied
Surveying" per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying I
Section 1-05.4(3) is a new section:
(******)
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work
required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced
team of surveyors under the direct supervision of a professional land surveyor licensed by the State of
Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect
all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any
survey stakes and/or points before physically removing them.
The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall
coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. '
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer may
elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as directed ,
by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied surveying from monies
18
1 03/19/2013
I
C
11
I
owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required
to complete the project and As -Built drawings shall be included in the lump sum price for "Construction
Surveying, Staking, and As-Builts."
1-05.4(4) Contractor Provided As -Built Information
Section 1-05.4(4) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by
centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his
Work as covered under this project.
It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation
each major item of Work done under this contract per the survey standard of Section 1-11. Major items of
Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal
Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design
Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City
the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings
upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of
the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the
field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy.
All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-
Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re -execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall
bear the expense of making good all Work of other contractors destroyed or damaged by such removal or
replacement.
If the Contractor does not remove such condemned Work and materials and commence re -execution of the
Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work
required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the
written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem
necessary. In that case, the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective
or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor.
Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct
and indirect costs shall include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and
storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the
Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale,
and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and
accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor
shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an
emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately,
have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by
1
19
03/19/2013
using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public, the Property Owner and the Property Owner's property.
No adjustment in contract time or compensation will be allowed because of the delay in the performance of
the Work attributable to the exercise of the Contracting Agency's rights provided by this section.
The. rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to
pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform
the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency,
return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been
rejected by the Engineer, remove it from the project site and replace it with non -defective and authorized
Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written
order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency
reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to
Section 1-05.7 "Removal of Defective and/or Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's
rights under any law to obtain damages and recover costs resulting from defective and/or 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.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated
in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons
furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any
rights under any law permitting such persons to look to funds due the Contractor in the hands of the
Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its
provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered
into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is a new section:
When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the
Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an
inspection of the Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be
completed in order to reach physical completion. The Engineer may also establish the Substantial Completion
Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and
ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion
I
I
ii
1
1
20
1 03/19/2013
L
t
i]
Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its
intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the
Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to
reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule
indicating when the Contractor expects to reach substantial and physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the
Contractor considers the Work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2) is a new Section:
When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by
Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final
Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the
Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the
listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed
deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing
the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary
to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of
contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's
right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in
writing, of the date upon which the Work was considered physically complete, that date shall constitute the
Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the
Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3
working days' notice of the time for each test and inspection. If the inspection is by another authority than the
Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such
inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the
Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable
system. Therefore, when the Work involves the installation of machinery or other mechanical equipment;
street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it
may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after
final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract
Provisions for operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and following the test
period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or
that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the Engineer, so that the
Engineer may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the satisfaction
of the Engineer.
21
03/19/2013
The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete
operational testing, shall be included in the unit contract prices related to the system being tested, unless
specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or
warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of
the Contract.
1-05.13 Superintendents,. Labor and Equipment of Contractor
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the
Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for
the introduction and storage of their materials and the execution of their respective Work, and shall properly
connect and coordinate the Contractor's Work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. Centuryl-ink Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet.
1-05.16 Water and Power
Section 1-05.16 is a new Section:
The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for
the performance of the Work, unless the Contract includes power and water as a pay item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either
before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in
any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as
unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing
and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
I
f]
11
j
22
t03/19/2013
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this
Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly
available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-
leaf form, this information must appear on every page. The diary must be kept and maintained by the
Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately
represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1.
The day and date.
2.
The weather conditions, including changes throughout the day.
3.
A complete description of Work accomplished during the day with adequate references to the Plans
and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans.
Identify location/description of photographs or videos taken that day.
4.
An entry for each and every changed condition, dispute or potential dispute, incident, accident, or
occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third
party in any manner.
5.
Listing of any materials received and stored on- or off -site by the Contractor for future installation, to
include the manner of storage and protection of the same.
6.
Listing of materials installed during each day.
7.
List of all subcontractors working on -site during each day.
8.
Listing of the number of the Contractor's employees working during each day by category of
9.
I
employment.
Listing of the Contractor's equipment working on the site during each day. Idle equipment on the
site shall be listed and designated as idle.
10.
Notations to explain inspections, testing, stake -out, and all other services furnished by the Owner or
other party during each day.
11.
Entries to verify the daily (including non -Work days) inspection and maintenance of traffic control
devices and condition of the traveled roadway surfaces. The Contractor shall not allow any
conditions to develop that would be hazardous to the public.
12.
Any other information that serves to give an accurate and complete record of the nature, quantity,
and quality of Contractor's progress on each day.
13.
Plan markups showing locations and dimensions of constructed features to be used by the Engineer
to produce record drawings.
14.
All pages of the diary must be numbered consecutively with no omissions in page numbers.
15.
Each page must be signed and dated by the Contractor's official representative on the project
The Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record; but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims
or disputes that.might arise during this contract. Failure of the Contractor to maintain this diary in the
manner described above will constitute a waiver of any such claims or disputes by the Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
(******)
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include
the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under
the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The
Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make
required corrections and file 2 corrected copies with the Engineer within one week after receipt of required
corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from
1 responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents.
1 23
03/19/2013 1
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
(******)
The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does
not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract
Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
(******)
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC '
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
(******)
The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against
known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the
construction site whose duty shall be the enforcement of safety. The name and position of such person so
designated shall be reported in writing to the Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not
employ any person unfit or not skilled in the Work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public '
observation, shall be provided and maintained by the Contractor.
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount administrative
agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act
of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles
'
necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all
employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including
employees, who may have been injured on the project site. Employees should not be permitted to Work on
the project site before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant,
appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance,
use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project
site, including safety for all persons and property in the performance of the Work. This requirement shall
apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer
to conduct construction review of the Contractor's performance does not, and shall not, be intended to
include review and adequacy of the Contractor's safety measures, in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub -sections, in its entirety and replace it with the following:
1-07.2(1) General
24 1
1
03/19/2013
[l
The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-
07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington
State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its
payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some
cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid
(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the
Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this
contract or not. Any amount so deducted will be paid into the proper state fund.
1-07.2(2) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are
owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are
used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included
as part of the street or road drainage system, and power lines when such are part of the roadway lighting
system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in
the various unit bid item prices, or other contract amounts, including those that the Contractor pays'on the
purchase of the materials, equipment, or supplies used or consumed in doing the Work.
1-07.2(3) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or
other structures, upon real property. This includes, but is not limited to; the construction of streets, roads,
highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and
sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road
drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or
above streets or roads, unless such power lines become a part of a street or road lighting system; and installing
or attaching of any article of tangible personal property in or to real property, whether or not such personal
property becomes a part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on
the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the
Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in
any other contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor
makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into
the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for
professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).
25
03/ 19/2013 1
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
(******)
The permits, easements, and right of entry documents that have been acquired are available for inspection and
review. ■
The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at
no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all
easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with
the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the
prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the
Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds,
and pay the fees, the costs -incurred by the Owner thereby shall be charged against the Contractor and
deducted from any funds otherwise due the Contractor.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
(******)
The Contractor must submit weekly -certified payrolls for the Contractor and all subcontractors and lower tier
subcontractors, regardless of project's funding source.
1-07.11 Requirements for Non -Discrimination
1-07.11(ii) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
(******)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of
Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid
documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
(******)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments
thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this
contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the
FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the
FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to
insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates.
The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each
subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General ,
Section 1-07.13(1) is supplemented as follows:
(******)
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work
as shall not be damaged thereby.
26 j
03/19/2013
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall
be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable
conditions by special means or precautions acceptable to the Engineer,.
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the
Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict
accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as
permits acquired for the project.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall
limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work under the
Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the
premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto
not shown or described that may be required for temporary construction facilities or storage of materials. He
shall construct all access roads, detour roads, or other temporary Work as required by his operations. The
Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown
and described and such additional areas as he may provide.
A. General. All construction Work under this contract on easements, right-of-way, over private property
or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be
accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The
Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends
or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for the
performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as
found. He shall also repair all existing structures that may be damaged as a result of the Work under this
contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural
or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as
nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or
construction area and stockpile it in such a manner that it may be replaced by him, upon completion of
construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their
roots wrapped in burlap and replanted in their original positions within 48 hours.
' All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality
at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn
area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn
e area shall be cleaned by sweeping or other means, of all earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer
contractors for all Work, including excavation and backfill, on easements or rights -of -way, which have lawn
areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and
_ immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the
Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights -
of -way.
1 27
03/19/2013
Damage to existing structures outside of easement areas that may result from dewatering and/or other
construction activity under this contract shall be restored to their original condition or better. The original
condition shall be established by photographs taken and/or inspection made prior to construction. All such
Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of
the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets
(traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make necessary repairs,
the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs
and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by
others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench
Restoration Requirements, which is available at the Public Works Department Customer Services counter on
the 6th floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer.
Information and data shown or indicated in the Contract Documents with respect to existing underground
utilities or services at or contiguous to the project site are based on information and data furnished to the
Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer
do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other
aboveground or underground facilities not shown in the Plans may be encountered during the course of the
Work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion
acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the
Engineer or utility personnel under adverse conditions, (inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are
shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property
parcel will be served by a service connection for each type of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior to commencing
excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility
company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area,
have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all
utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for ,
any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by
telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be
utilities on the project that are not part of the One Call system. They must be contacted directly by the
Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so. ,
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by
the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed
before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The
28
1 03/19/2013
Contractor shall be entirely responsible for coordination with the utility companies and arranging for the
movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also
Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the
project whenever possible. No additional compensation will be made to the Contractor for reason of delay
caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to
the other items of the Contract.
S Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in advance of
the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to
other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working
days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's
request.
' In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities
described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the
Contract Documents.
( 1-07.17(1) Interruption of Services
Section 1-07.17(1) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it
shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in
advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and
shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility
outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if
needed, will be arranged by the Contractor at no cost to the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary
overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of
the Contract; no separate payment will be made.
■ 1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the
Completion Date, public liability and property damage insurance with an insurance company(ies) or
through sources approved by the State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been obtained
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect
against claims for bodily injuries, personal injuries, including accidental death, as well as claims for
property damages which may arise from any act or omission of the Contractor or the subcontractor, or by
anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage and
limits established under the term of the Contract for work are in full force and effect during the period of
warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy
effecting coverage(s) required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements described
herein will be considered a material breach of contract and shall be caused for immediate termination of
the Contract at the option of the Contracting Agency.
29
03/19/2013
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract
and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to
the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are
acceptable when written on a claims -made basis). The City may also require proof of
professional liability coverage be provided for up to two (2) years after the completion of the
project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting
coverage(s) required by the Contract prior to the date work commences.
4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any
insurance carrier possesses a rating of less than AVII, the City may make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the insurance
company(ies), terms, conditions, and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these requirements will be
considered a material breach of contract and shall be cause for immediate termination of the contract at
the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring
such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks
that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader coverage.
Coverage shall include:
i
A.
Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an
occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per project, if
applicable)
• Explosion, Collapse, and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which
includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
1
• Personal/Advertising Injury
• Stop Gap Liability
B.
Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
C.
• Hired Vehicles
Workers' Compensation
;
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
D.
Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
E.
Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of
or in the course of operations under this Contract.
F.
Pollution Liability - the City may require this coverage whenever work under this Contract
involves pollution risk to the environment. This coverage is to include sudden and gradual
coverage for third party liability including defense costs and completed operations.
'
30 1
03/19/2013
Contractor shall name City of Renton and King County, and their officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of
Renton Certificates of Insurance prior to commencement of work..The City reserves the right to request
copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of
insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance
carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written
notice of any policy cancellation, within two business days of their receipt of such notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five business
days notice to the Contractor to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at
the sole discretion of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability
in excess of such limits. The Contractor shall carry the following limits of liability as required below:
Commercial General Liabilitv
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liabilitv
Bodily Injury/Property Damage $1,000,000
(Each Accident)
1 Workers' Compensation
Statutory Benefits - Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
' Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability (If required) to apply on a per project
basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years
after completion of the project.
31
03/19/2013
The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new
certificate of insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting
to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to
items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as
may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC
296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall
have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction
with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with
the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks,
driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all
times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense.
Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by
the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets,
sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations.
Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice
control debris will be at the Contracting Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The
Contracting Agency will continue the route maintenance on such system.)
Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be
responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the
scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for
maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except
those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will
be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due
to the Contractor's operations.
Section 1-07.23(1) is supplemented by adding the following:
32
03/19/2013
The Contractor shall be responsible for controlling dust and mud within the project limits and on any street,
which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use
watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to
avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no compensation will be made for
this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted
to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor.
At least one-way traffic shall be maintained on all cross -streets within the project limits during working hours.
One lane shall be provided in each direction for all streets during non -working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
p Y
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the
project. Such access shall be maintained as near as possible to that which existed prior to the commencement
of construction. This restriction shall not apply to the paving portion of the construction process.
1 The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other
restrictions which may interfere with their access at least 24 hours in advance for single-family residential
property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor
shall give a copy of all notices to the Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the
Contract by other access, the existing access shall not be closed until the replacement access facility is
available.
All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open
any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a
temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public
traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor
shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk,
driveway, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
' 1-07.24 Rights -of -Way
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings.
The Contractor's construction activities shall be confined within these limits unless arrangements for use of
private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights -of -way and easements,
both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are
noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-of-way, the
33
03/19/2013
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the
Contracting Agency from the owner of the private property. Copies of the easement agreements are included in
the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained
by the Engineer.
Whenever easements or rights -of -entry have not been acquired prior to advertising, these areas are so noted
on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way,
easements, or rights -of -entry have not been acquired until the Engineer certifies to the Contractor that the
right-of-way or easement is available or that the right -of -entry had been received. If the Contractor is delayed
due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-
of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not
be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto
easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any
additional land and access thereto that the Contractor may desire for temporary construction facilities, storage
of materials, or other Contractor needs. However, before using any private property, whether adjoining the
Work or not, the Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property disturbed or
otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be
signed by the private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have been obtained or,
in the case of a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address and date of signature. Written releases must be filed with
the Engineer before the Completion Date will be established.
1-07.28 Confined Space Entry
Section 1-07.28 is new:
The Contractor shall:
1. Review and be familiar with the City's Public Works Confined Space Entry Program.
2. Review documented information about the City confined spaces in which entry is intended as listed and
described in the City's Attribute and Map Book. This information includes identified hazards for each
permit -required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of the City they will
provide a statement confirming they are in compliance with their confined space entry program including
requirements for confined space training for employees associated with the project in Renton.
4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809
and its chapters.
I
5. Coordinate entry operations with the City of Renton when employees from the contractor will be working '
in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed during confined space
entry.
7. Debrief the City on any hazards confronted or created at the completion of entry operations.
8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined
space to be entered. Never leave the confined space open and unattended.
34
1
03/19/2013
1
1-1
The contractor's or consultant's point of contact with the City in regard to confined space entry will be the
City's assigned construction inspector.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and
Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents,
and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor
shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may
discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction
conference will be held between the Contractor, the Engineer and such other interested parties as may be
invited.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule (3+ copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted
with bid)
4 List of materials fabricated or manufactured off the project
4 Material sources on the project
4 Names of principal suppliers
4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and
standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
4 Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings — schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance, payrolls, and certifications
Safety regulations for the Contractors' and the Owner's employees and representatives
Suspension of Work, time extensions
Change order procedures
Progress estimates, procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights -of -entry
Other contracts
35
03/19/2013
The franchise utilities may be present at the preconstruction conference, and the Contractor should be ,
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight
time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of
a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour
working period for the Contract shall be established at the preconstruction conference or prior to the
Contractor commencing the Work.
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m.
on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission '
to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be
submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is
requesting permission to Work.
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of
10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements.
Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the
Contracting Agency's noise control regulations or complaints are received from the public or adjoining property
owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages
or delays should such permission be revoked for these reasons.
Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working
hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting
Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such
assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to
reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who
worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working
days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with
respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may
�..
include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other
Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a
regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime
Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the
discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the
straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to
Work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the
amount due or to become due the Contractor. '
1-08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide
proof that subcontractor has the experience, ability,'and equipment the Work requires. The Contractor shall
require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements
required by the Contract. The Contractor shall require each subcontractor of every tier to meet the
responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every
tier.
36 1
03/19/2013
ISection 1-08.1 is supplemented as follows:
(******)
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7
calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the
subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The
Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the
Contract Documents shall create any contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the
prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings,
and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction
Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft
Project or equivalent software. The schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete and
functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days
shall be subdivided until no sub -element has a duration exceeding 30 calendar days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on
the critical path, the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall
be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement
weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their
facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion
of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other
activity of other contractors, the availability of all or portions of the job site, or special provisions of this
Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised
schedule within 10 days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule,
the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how
the remaining Work items will be completed within the authorized contract time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance
by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by
the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth
specific Work to be performed the following week, and a tentative schedule for the second week.
' Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the
1 37
03/19/2013
1
progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in
accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the
Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to
submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all
respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof,
shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the
job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the
Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules
shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following:
(******)
Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of
insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the
Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on
the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted
diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall
be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer.
Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the
prescribed Contract Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
(******)
The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as
extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To
Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the
Contract Completion date.
A non -working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work,
or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11,
Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday
when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas
Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two
preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two
working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday,
the preceding Friday will be counted as a non -working day and when they fall on a Sunday the following
Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of
normal inclement weather that, from historical records, is to be expected during the Contract Time, and during
which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to
Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs
except a day, or part of a day, which is designated a non -working day or an Engineer determined unworkable
day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged
against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of
working days remaining in the Contract Time; (4) the number of non -working days; and (5) any partial or whole
days the Engineer declared unworkable the previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a
week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be
charged as a working day, then the fifth day of that week will be charged as a working day whether or not the
Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest
of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been
accepted by the Contractor as correct.
38 1
03/19/2013
'1 The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical
Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the Contract after all the
Contractor's obligations under the Contract have been performed by the Contractor. The following events
must occur before the Completion Date can be established:
1. The physical Work on the project must be complete; and
The Contractor must furnish all documentation required by the Contract and required by law, to allow the
Contracting Agency to process final acceptance of the Contract. The following documents must be
received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal -aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts
Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal -aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide
the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the
Contracting Agency, including but. not limited to signal controller materials, lighting standards, and signal
standards required for the physical completion of the Contract. Such purchase orders shall disclose the
estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and be completed as
soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the
critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10
calendar days after execution of the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance of the Work and
during such suspension shall not perform any additional Work on the project. Upon delivery of the critical
items, contract time will resume and continue to be charged in accordance with Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing.
The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice
from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension
shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the
Work at a rate not less than that which would have been necessary to complete the original Contract Work on
time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
(******)
itz
03/19/2013
11
At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe,
smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as
required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs
and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be
billed to the Contractor at actual costs, including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including
reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his
subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and
equipment in the performance of any Work on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. I
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from
the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and
the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen
service, as he deems necessary for the public safety and for the protection of the site and his plant and
equipment. The Owner will be provided keys for all fenced, secured areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be
prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be
represented by a competent superintendent who shall have full authority to execute the same, and to supply
materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The
Contractor shall be liable for'the faithful observance of any instructions delivered to him or to his authorized
representative.
1-09 MEASUREMENT AND PAYMENT 11,
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage
breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the
items included in the lump sum together with a unit price of labor, materials, and equipment for each item.
The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price
values may be used as a guideline for determining progress payments or deductions or additions in payment for
ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be
used.
All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck
40. 1
1 03/19/2013
I
shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All
tickets received that do not contain the following information will not be processed for payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the
Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be
prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not
receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of
numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets
received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work
described in each section of the Standard Specifications when the Contractor performs the specified Work.
Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is
performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the
Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1,
then payment for that Work will be made as for Extra Work pursuant to a Change Order.
The words 'Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract
Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires
that said unit bid item price cover and be considered compensation for certain Work or material essential to
the item, then the Work or material will not be measured or paid for under any other unit bid item which may
appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that particular
section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.
When items are to be "furnished" under one payment item and "installed" under another payment item, such
41
03/19/2013 1
items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of
the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not
to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided
for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
(******)
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account,
only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the
Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual
amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of
Work actually authorized by the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
(******)
Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's
personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings,
and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's
personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile
machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for
their use when needed.
Payment will be made for the following bid item(s):
"Mobilization and Demobilization," Lump Sum. t
1-09.9 Payments
Delete the third paragraph and replace it with the following:
(******)
Progress payments for completed Work and material on hand will be based upon progress estimates prepared
by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the Work,
and successive progress estimates will be made every month thereafter until the Completion Date. Progress
estimates made during progress of the Work are tentative, and made only for the purpose of determining
progress payment. The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed
multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms
amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area
approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the
Engineer.
Progress payments will be made in accordance with the progress estimate less:
42
11
03/19/2013
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or an admission by
the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against
the appropriate fund source for the project. Payments received on account of Work performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or
other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence
of the Contractor's right to payment as the Engineer may direct.
The Contractor shall submit a progress report with each monthly request for a progress payment. The progress
report shall indicate the estimated percent complete for each activity listed on the progress schedule (see
Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been filed
against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the
event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all
claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy
any claims by the Owner against the Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if
requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in
lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or
information, the release and receipts include all labor and materials for which a lien could be filed: but the
Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily
to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are
made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in
discharging such lien, including all costs and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2) is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW
39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from
any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the
Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the
Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work
(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's approved
progress schedule, which indicates the Work will not be complete within the contract time.
When calculating an anticipated time overrun, the Engineer will make allowances for weather
delays, approved unavoidable delays, and suspensions of the Work. The amount withheld
43
03/19/2013
under this subparagraph will be based upon the liquidated damages amount per day set forth
in Contract Documents multiplied by the number of days the Contractor's approved progress
schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time.
7. Failure
of the Contractor to perform any of the Contractor's other obligations under the Contract,
including
but not limited to:
a.
Failure of the Contractor to provide the Engineer with a field office when required by the
Contract Provisions.
b.
Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey
Work as required by Section 1-05.5.
c.
Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8).
d.
Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of
material testing and inspection as required by Section 1-06.3.
e.
Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as required by
Section 1-07.9.
f.
Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by
Section 1-07.10.
g.
Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-
08.3.
_
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have ■
been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of
such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days
prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-
calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
t
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will
be made. A payment made pursuant to this section shall be considered as payment made under the terms
and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such
payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be
calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the
final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated
amounts as may be specifically excepted in writing by the Contractor,
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety
from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such
payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-
compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting
Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by
law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the
form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women
business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB,
MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the Contracting
Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money
pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other
44
03/19/2013
I
documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to
establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the
Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such
documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance
will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for
the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the
postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the
Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance
with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance
of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under
contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations
that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate
constitutes the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in this
section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court of the county where the Work is
performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less,
�- submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be
resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and
judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in
which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis
for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the
aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review
by the superior court of King County, Washington. The grounds for the petition for review are limited to
showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to
arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and
conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and court
decisions governing such procedure.
45
03/19/2013 1
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's
majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable
foundation. In the latter case, all costs shall be borne by the Contractor.
1-09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
GENERAL
1-09.14(1) Scope
Section 1-09.14(1) is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work
being described, as necessary to complete the various items of the Work all in accordance with the
requirements of the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public agencies having jurisdiction, including Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any
item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in
the prices named in the Bid Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and
approved by the Engineer.
C. It is the intention of these specifications that performance of work under these bid items shall result in
complete construction, in proper operating condition, of improvements identified in these written
specifications and accompanying plans.
Work and material not specifically listed in the proposal but required in the Plans, Specifications, and
general construction practice, shall be included in the bid price. No separate payment will be made for
these incidental items.
1-09.14(2) Bid Items
1-09.14(2)A Mobilization and Demobilization (Bid Item 01)
!!
Section 1-09.14(2)A is a new section:
Measurement for "Mobilization and Demobilization" shall be lump sum. The lump sum price shown shall
cover the complete cost of furnishing and installing, complete and in -place all Work and materials necessary to
move and organize equipment and personnel onto the job site, provide and maintain all necessary support
facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations,
and maintain the site and surrounding areas during construction, install and remove temporary gates and
fencing, provide protection of existing utilities, provide component and system testing, final clean-up of the
site, and move all personnel and equipment of the site after contract completion.
Payment for Mobilization and Demobilization will be made at the lump sum amount bid (NOT to exceed 80%
of bid price prior to completion of construction) based on the percent of completed Work as defined in the
WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization.
Payment for the remaining 20% will be made upon completion and final clean up of the construction site. Such
payment will be complete compensation for all mobilization of employees, equipment and materials,
46
1 03/19/2013
' preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance
with the Contract Documents. This bid item may not be more than 10% of the total amount of Bid.
' 1-09.14(2)B Trench and Excavation Safety Systems (Bid Item 02)
Section 1-09.14(2)B is a new section:
' Measurement for "Trench and Excavation Safety Systems" will be based on a percentage defined as the
amount of sanitary sewer installed divided by the total length of sanitary sewer shown to be installed.
Payment for "Trench and Excavation Safety Systems" will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation for all equipment,
labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal
1 and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of
any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of
Work in conformance with the Contract Documents.
7
LJ
11
1-09.14(2)C Construction Surveying, Staking, and As-Builts (Bid Item 03)
Section 1-09.14(2)C is a new section:
Measurement for "Construction Surveying, Staking and As-Builts" will be based on the percentage of total
Work complete, by dollar value, at the time of measurement.
Payment for "Construction Surveying, Staking and As-Builts" will be made at the measured percentage amount
for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor,
materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown
on the Plans, to provide the required construction and as -constructed field (as -built information) notes and
drawings, etc. required to complete this item of Work in conformance with the Contract Documents. No more
than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as -built
information by the Engineer.
1-09.14(2)D Traffic Control (Bid Item 04)
Section 1-09.14(2)D is a new section:
Measurement for "Traffic Control" Work will be based on the percentage of total Work complete, by dollar
value, at the time of measurement.
Payment for "Traffic Control" Work will be made at the measured percentage amount for the pay period times
the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment,
preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety,
detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping,
cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the
Manual on Uniform Traffic Control Devices (MUTCD).
1-09.14(2)E Temporary Erosion/Sedimentation Controls (Bid Item 05)
Section 1-09.14(2)E is a new section:
Measurement for "Temporary Erosion/Sedimentation Controls" will be based on the percentage of total Work
complete, by dollar value, at the time of measurement.
Payment for "Temporary Erosion/Sedimentation Controls" will be at the lump sum amount bid, which
payment shall be complete compensation for all labor, materials, equipment, straw -bale dikes, silt fencing,
straw, sand bags, plastic sheeting, temporary stream diversion, temporary stream crossing, etc. required to
47
03/19/2013
complete this item of Work in conformance with Contract Documents. ,
1-09.14(2)F Furnish and Install 12-inch Diameter PVC Sewer Pipe (Bid Item 06)
Section 1-09.14(2)F is a new section: ,
Measurement for "Furnish and Install 12-inch Diameter PVC Sewer Pipe" will be based on lineal footage
measured horizontally over the centerline of the installed pipe.
Payment for "Furnish and Install 12-inch Diameter PVC Sewer Pipe" will be made at the amount bid per lineal '
foot, which payment will be complete compensation for all labor, materials, equipment, hauling, excavation,
dewatering, potholing for utility location, temporary bypass pumping, removal and disposal of waste material
'
including existing pipes and structures in the excavation, pipe of the size and type required, gaskets,
installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile
and placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, surface
restoration, and testing (low pressure air test and deflection testing), television inspection, etc. required to
complete the Work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items.
,
1-09.14(2)G Furnish and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE (Bid Item 07)
Section 1-09.14(2)G is a new section:
Measurement for "Furnish and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE" will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
"Furnish
,
Payment for and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE" will be made at the
amount bid per lineal foot, which payment will be complete compensation for all labor, materials, equipment,
hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location,
temporary bypass pumping, removal and disposal of waste material including existing pipes and structures in
the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings,
bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native)
materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (low pressure air
test and deflection testing), television inspection, etc. required to complete the Work in accordance with the
Contract Documents. Select imported backfill materials are included in other bid items.
1-09.14(2)H Furnish and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park (Bid Item 08)
Section 1-09.14(2)H is a new section:
(******)
I
Measurement for "Furnish and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park" will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
"Furnish
Payment for and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park" will be made at the
amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment,
hauling, excavation, dewatering, potholing for utility location, temporary bypass pumping, removal and
,
disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type
required, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, tracing wire and
appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, water, grading,
cleaning, surface restoration, and testing (low pressure air test), television inspection, etc. required to
complete the Work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items.
,
48 1
03/19/2013
' 1-09.14(2)1 Existing Manhole Modifications (Bid Item 09)
Section 1-09.14(2)1 is a new section:
Measurement for "Existing Manhole Modifications" will be per each for each manhole modified in
' conformance with the Contract Documents.
Payment for "Existing Manhole Modifications" will be made at the unit price bid per each, which payment will
' be complete compensation for all labor, equipment, materials, hauling, dewatering, temporary bypass
pumping, removal and disposal of waste material including existing pipes and appurtenances in the existing
manhole, sealing system, removal and re -installation of existing manhole cone and cover, manhole channeling,
concrete manhole fill, abandoned 12-inch sanitary sewer, cleaning, surface restoration, and testing, etc.
required to complete all modifications to existing manholes in conformance with the Contract Documents.
' 1-09.14(2)J Furnish and Install 60-inch Diameter Sanitary Sewer Manhole (Bid Item 10)
Section 1-09.14(2)J is a new section:
Measurement for "Furnish and Install 60-inch Diameter Sanitary Sewer Manhole" will be per each for each
type manhole installed in conformance with the Contract Documents.
Payment for "Furnish and Install 60-inch Diameter Sanitary Sewer Manhole" will be made at the unit price bid
' per each, which payment will be complete compensation for all labor, equipment, materials, hauling,
dewatering, locating all existing utilities and potholing in advance for horizontal and vertical location,
excavation, removal and disposal of waste material including existing pipes and structures in the excavation,
foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer),
manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances,
connections, channeling, connection to new sewer pipes, stockpile and placement of subsequent backfill
' (native) materials, compaction, water, cleaning, surface restoration, and testing, etc. required to complete all
manholes in conformance with the Contract Documents. Select imported backfill materials are included in
other bid items.
1-09.14(2)K Connect New Sanitary Sewer to Existing Manhole (Bid Item 11)
Section 1-09.14(2)K is a new section:
Measurement for "Connect New Sanitary Sewer to Existing Manhole" will be per each connection in
conformance with the Contract Documents and includes the connection of new sanitary sewer mains to
' existing Manhole Nos. 5314 079, 5314 080, and 5314 090. Payment for Connect New Sanitary Sewer to Existing Manhole,I will be made at the unit price bid per each
connection, which payment will be complete compensation for all labor, equipment, materials, hauling,
pavement cutting, pavement removal, dewatering, locating all existing utilities and potholing in advance for
horizontal and vertical location, temporary bypass pumping, excavation, removal and disposal of waste
' material including existing pipes and structures in the excavation, foundation material, transition coupling,
pipe spool(s), core -drill or power sawcut of existing manhole, installation, appurtenances, bedding, stockpile
and placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
' patching, and cleanup, etc. required to complete all reconnect new sewer to existing sewer facility in
conformance with the Contract Documents. Select imported backfill materials are included in other bid items.
1-09.14(2)L Imported Trench Backfill (Bid Item 12)
Section 1-09.14(2)L is a new section:
Measurement for "Imported Trench Backfill" shall be measured in tons based on the weight of material
installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to
the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials
49
03/19/2013
11
placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits
shown on the Plans or as approved by the Engineer will be deducted from the certified tickets.
Payment for "Imported Trench Backfill" will be made at the amount bid per ton, which payment will be
complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal
and.disposal of waste materials, etc., required to complete this item of Work in conformance with the Contract
Documents.
1-09.14(2)M Remove and Replace Unsuitable Foundation Material (Bid Item 13)
Section 1-09.14(2)M is a new section:
Measurement for "Remove and Replace Unsuitable Foundation Material" shall be measured in tons based on
the placed weight of material installed. Placement of foundation material will be measured only for the
area(s) authorized by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall
be given to the Engineer daily. Wasted materials will not be included in the measurement or payment.
Payment for "Remove and Replace Unsuitable Foundation Material" will be made at the amount bid per ton,
which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation
materials, haul, placement, water, compaction, removal and disposal of waste material, etc., required to
complete this item of Work in conformance with the Contract Documents.
1-09.14(2)N H.M.A. Class 3/4" for Trench Road Restoration (Bid Item 14)
Section 1-09.14(2)N is a new section:
Measurement for "H.M.A. Class 3/4" for Trench Road Restoration" shall be measured in square yards
horizontally over the completed surface of the road. Trench measurement width shall be as defined as
specified.
�J
Payment for "H.M.A. Class 3/4" for Trench Road Restoration" will be made at the amount bid per square yards,
which payment will be complete compensation for all labor, materials, saw cutting, excavation and removal of '
existing, haul, surface preparation, crushed surfacing top course (CSTC), crushed surfacing base course (CSBC),
compaction, asphaltic materials, tack oil, placement, roller compaction, utility adjustments, joint sealing,
cleanup, etc., required to complete this item of Work in conformance with the Contract Documents.
1-09.14(2)0 1-1j2" Overlay and Grind in 148th Place SE (Bid Item 15)
Section 1-09.14(2)0 is a new section:
Measurement for "1-1/2" Overlay and Grind in 148th Place SE" shall be measured in square yards horizontally
over the completed surface of the road. Overlay limits shall be as defined on the Drawings.
Payment for "1-1/2" Overlay and Grind in 148th Place SE" will be made at the amount bid per square yards,
which payment will be complete compensation for all labor, materials, grinding, excavation and removal of
existing, haul, surface preparation, compaction, asphaltic materials, tack oil, placement, roller compaction,
utility adjustments, joint sealing, cleanup, etc., required to complete this item of Work in conformance with
the Contract Documents.
1-09.14(2)P Landscape Restoration (Bid Item 16)
Section 1-09.14(2)P is a new section:
Measurement for "Landscape Restoration" Work will be based on the percentage of total Work complete, by
dollar value, at the time of measurement.
Payment for "Landscape Restoration" will be made at the unit price bid per lump sum, which payment will be
50
03/19/2013
complete compensation for all labor, equipment, materials, hauling, excavation, sod, landscape bark, tree and
shrubbery removal, planting, preparation, compaction, watering, site and stream restoration, wetland and
stream mitigation planting and warranty period maintenance, stream bank stabilization, large woody debris
placement, gravel for driveways and parking areas, etc. required to compete this item in conformance with the
Contract Documents.
1-09.14(2)Q Lift Station Demolition and Site Restoration (Bid Item 17)
Section 1-09.14(2)Q is a new section:
Measurement for "Lift Station Demolition and Site Restoration" will be based on the percentage of total Work
complete, by dollar value, at the time of measurement.
Payment for "Lift Station Demolition and Site Restoration" will be at the lump sum amount bid, which payment
shall be complete compensation for all labor, materials, equipment required to abandon the existing lift
station including but not limited to draining and disposal of sewage within existing mains and structures;
removal and disposal of the top sections of the wet well, the top section of the overflow wet well, and the top
section of the valve vault; removal and disposal of interior piping, and appurtenances; demolition and removal
of exposed electrical conduit and appurtenances; plugging and abandoning existing gravity, overflow and force
main piping; closing and abandoning direct bury valves; drilling holes in the bottom of the concrete structures;
filling the abandoned structures with sand, including material and haul; removal of equipment and
appurtenances in the electrical building; salvaging equipment to the City as identified; dewatering; any
earthwork as required to complete the work as required; site restoration to match existing surface; relocation
or replacement of fencing and gate; etc. required to complete this item of Work in conformance with Contract
Documents.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being
furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning
signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and
traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items
described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization
devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions
specify furnishing, maintaining, and payment in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other
traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs
and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this
Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the
construction signs and the traffic control devices destroyed or damaged during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops,
or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for traffic
51
03/19/2013
control at the Work site. The traffic control plan shall include descriptions of the traffic control
methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at
or before the preconstruction conference, and shall be subject to review and approval of the
Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will
affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic 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 special provisions, or as directed
by the Engineer.
10. Promptly removing or covering all non -applicable signs during periods when they are not needed.
If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be I
considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or
services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection
of traffic, then a new item or items may be established to pay for such items. Further limitations for
consideration of payment for these items are that they are not covered by other pay items in the bid proposal,
they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each
individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of
their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent
Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force
account. Additional items required as a result of the Contractor's modification to the traffic control plan(s)
appearing in the Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of the
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform
Traffic Control Devices( MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided to the
satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the
Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as
authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During
non -Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification
by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance
to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan
and take prompt action to correct any problems that become evident during operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during
r
52
1
03/19/2013
non -working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or
equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3) paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for
the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the
various other items of the Work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of "Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with
Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control," Lump Sum.
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice
land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established by the Board
of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American Datum of
1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of
Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the
survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060.
The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in
Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM .Land Title Surveys jointly established
and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face
of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system methodology shall
exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence
level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as
defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1,1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of
1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such
1
53
03/19/2013 '
benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be ,
shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be
set on or near the project in a permanent manner that will remain intact throughout the duration of the
project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any
benchmarks established. '
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used. and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,
measurements, and methodology used in that retracement. ,
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases
where an electronic data collector is used field notes must also be kept with a sketch and a record of control ,
and base line traverses describing station occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be unique
within a complete job. The preferred method of point numbering is field notebook, page and point set on that ,
page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No.
348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original
field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a
copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard
copy print out in ASCII text format will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set
at such points to physically reference a corner's location on the ground.
Monument: Any physical object or structure of record, which marks or accurately references:
A corner or other survey point established by or under the supervision of an individual per Section 1-
11.1(1) and any corner or monument established by the General Land Office and its successor the
Bureau of .Land Management including section subdivision corners down to and including one -
sixteenth corners; and
Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control
points established by any governmental agency or private surveyor including street intersections but
excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create permanent
structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -
single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as
are required such that every structure may be observed for staking or "as-builting" while occupying one such
monument and sighting another such monument. A minimum of two of these permanent monuments shall be
existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall
occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein.
1
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation
should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such I
quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch '
mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be
submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the
project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original I
54 1
' 03/ 19/2013
' or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City
of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible,
' and a legend shall identify all symbols used if each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The
listing should include the point number designation (corresponding with that in the field notes), a brief
' description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM
PC compatible media.
1-11.1(7) Precision Levels
' Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05
and
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and
procedures of third order elevation accuracy established by the Federal Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be
complete to insure both recoverability and positive identification on recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for station -offset
topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all
topographic surveys.
1 1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by,
1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order
elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least
two directions for each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station --Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal
Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side
shots.
' 1-11.1(11) As -Built Survey
All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building
Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial
' survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control
survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey
for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing
Contractor and the "as-builting" surveyor is therefore required.
All "as -built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control
or base line surveys made in conformance with these Specifications.
The field notes for "as -built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with
stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as -built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all
"as -built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded
survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such
1
55
03/19/2013
u
markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall ,
be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship
between the witness monuments and their respective corners shall be shown or described on the face of the
plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on
the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section ,
1-11.2(1) herein.
All non -corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If '
the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below
the ground surface and contained within a lidded case kept separate from the monument and flush with the
pavement surface, per Section 1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street ,
intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a
curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and
PT of the curve. ,
For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton
approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the
monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat
monument, street intersection, etc., complete with a description of the monument, a minimum of two
reference points and NAD 8391 coordinates, and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials I
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in ,
length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's
identification number. The specific nature of the marker used can be determined by the surveyor at the time of
installation.
1-11.2(2) Monuments '
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031
and permanently marked or tagged with the surveyor's identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031.
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as
shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of
clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees
flagged by the Engineer to remain within the clearing and grubbing limits shall be' left undamaged by the
Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's
expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark,
decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs,
curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that
they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing
landscaping materials. All landscaping materials that remain in the construction limits after that time period
shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard
Specifications, these Special Provisions, and the Plans.
I
I
J
56
03/19/2013
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and
shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the
Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows:
Item "1" is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to some
off -project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before
pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary
patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are
complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion
of the Engineer.
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the
sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be
included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting", per lineal foot.
' "Remove Sidewalk", per square yard.
"Remove Curb and Gutter", per lineal foot.
"Cold Mix", per ton
"Remove Asphalt Concrete Pavement," per square yard.
' 'Remove Cement Concrete pavement," per square yard.
"Remove existing ," per
All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation,
backfilling, and temporary asphalt shall be considered incidental to and included in other items unless
designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area
and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in
.excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as
provided under Section 2-02.5, and will not be included in the quantity calculated for excavation.
' 2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits shown on the
57
03/19/2013
Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or I
unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data processing
equipment, by use of the average end area method. Any changes to the proposed Work as directed by the ,
Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor
for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall '
not be paid for. All Work and material required to return these areas to their original conditions, as directed by
the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the ,
Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the
final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall
produce a surface, which is smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and
elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall ,
maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until
final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade '
under the roadway shall be proof -rolled to identify any soft or loose areas which may warrant additional
compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. ,
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place
excavated material at the optimum moisture content to achieve the specified compaction. Any native material
used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. '
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with
water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away
from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to
drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to '
the optimum moisture content. If sufficient acceptable native soils are not available to complete construction
of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade I
trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction I
of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard
Specifications, shall be used.
2-03.4 Measurement I
Section 2-03.4 is supplemented by adding the following:
(******)
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point '
of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck
number, time and date, and be approved by the Engineer.
2-03.5 Payment ,
Section 2-03.5 is revised as follows:
(******)
Payment for embankment compaction will not be made as a separate item. All costs for embankment '
compaction shall be included in other bid items involved. Payment will be made for the following bid items
58 1
1 03/19/2013
when they are included in the proposal:
"Roadway Excavation Including Haul," per cubic yard
"Removal and Replacement of Unsuitable Foundation Material," per ton
"Gravel Borrow Including Haul," per ton
u
"Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the
installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then
payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material".
In this case, all items of Work other than roadway excavation shall be paid at unit contract prices.
The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating,
loading, placing, or otherwise disposing of the material.
The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full
pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in
the unit price of other units of Work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the construction
and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck,
swampy or unsuitable materials, including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included in the unit
contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all
costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be
considered incidental to the Work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
59
03/19/2013
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer,
manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required
by the Plans or by the ton as measured in conformance with Section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the
applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract
price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper
than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below
the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace
such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for
the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and
pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or
"Structure Excavation Incl Haul" are not listed as pay items in the Contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work
required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for
backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra
excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the
excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or
extra excavation shall be considered incidental to the Work involved and no further compensation shall be
made.
"Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton.
"Controlled Density Fill", per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the
Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where
backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny payment for such load tickets.
5-04 ASPHALT CONCRETE PAVEMENT
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
5-04.3 Construction Requirements
Section 5-04.3 is supplemented as follows:
1
I
I
1�
1 03/19/2013
IShoulder Restoration
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below
original street grade to provide for placement of the new subgrade and paving. The subgrade shall be
constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2% inches,
followed by 5"Anch minus crushed surfacing top course placed to a compacted thickness of 1% inches. HMA
Class %" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing
pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog
line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion.
Asphalt Concrete Patching and Overlay
The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction
of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The
permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use and
activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original
condition or better. Damaged asphalt -concrete driveways shall be replaced by saw cutting to a straight line and
replacing a full width section. Damaged cement -concrete driveways shall be removed to the nearest joint (real
or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing
' placed and compacted to a minimum depth of 4 inches.
Curbs, Gutters and Sidewalks
Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and
activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or
better.
' 5-04.3(5) Conditioning the Existing Surface
Section 5-04.3(5) is supplemented as follows:
The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City
Engineer or Inspector.
5-04.3(5)A Preparation of Existing Surface
Section 5-04.3(5)A is supplemented as follows:
' The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project
prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The
sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks
' that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the
Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep
up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's
inspector.
All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids.
Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP
from getting into catch basins.
Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the
rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack
1 61
03/19/2013
coat shall be considered incidental to the paving and no separate payment shall be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location by means
of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of
the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after final
rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an
adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the Contractor's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the
adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design
submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit
the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency
is not needed. The Project Engineer will determine anti -strip requirements for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments
to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following
applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement
repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of
HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity
of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the
determination of nonstatistical evaluation.
Item 7 is deleted.
I
1
n
u
1 03/19/2013
1 5-04.3(10)B Control
Replace Section 5-04.3(10)B with the following:
1
1
Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D
1557. Compact asphalt concrete patch and paving to 95% of maximum compaction.
5-04.5 Payment
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-
06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent
Factor'T'
All aggregate passing: 1 %Z", 1", %", %2", 31/8" and No. 4 sieves
2
All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100
3
All aggregate passing No. 200 sieve
20
Asphalt binder
52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt
binder.
' 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance
with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used
in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,
backup samples of the existing sublots or samples from the street shall be tested to provide a minimum
of three sets of results for evaluation.
I 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit contract price with no further evaluation. When one or more constituents fall outside the
' commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine
the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots
or samples from the street shall be tested to provide a minimum of three sets_ of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the
' algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price
Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and
the unit contract price per ton of the mix.
' If a constituent is not measured in accordance with these Specifications, its individual pay factor will be
considered 1.00 in calculating the composite pay factor.
1
63
03/19/2013 1
5-04.5(1)B Price Adjustments for Quality of HMA Compaction '
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00 ,
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF)
will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The
Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in
tons and the unit contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
'
Section 5-06 is new Section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the Contractor prior to
the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use
temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall
be placed around trench plates or others devices used to cover construction activities in a manner that
provides a smooth and safe transition between surfaces.
'
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the
'
Contractor to provide a product suitable for the intended application. The Contractor shall not use materials
that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be considered
unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite.
5-06.3 Construction Requirements
t
The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the
governingroad agency and the Engineer until said patch is replaced with permanent hot patch. The completed
'
pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities.,�The
permanent hot mix asphalt patch shall be placed and sealed a,Ving�asphalt within 30 calendar days.
t
The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat
transition between existing pavement areas.
,
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used
as permanent asphalt pavement or subgrade material.
7-01 DRAINS
,
7-01.2 Materials ,
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum
coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt
Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option
of the Contractor unless the Plans specify the type to be used.
II
64 1
03/19/2013
11
1
u
11
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in
Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on, screw -on, or
wraparound coupling bands as recommended by the manufacturer of the tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or
solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the
Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap -on,
screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including
Haul" as a pay item all costs associated with these items shall be included in other contract pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end
sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum
coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-
02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be
understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and
aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative,
stating the Specifications to which the materials or products were manufactured. The Contractor shall provide
2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the
Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and products, and
such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to
replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense.
7-04.4 Measurement
' The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured along the
' invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured
from the center of manhole or from the center of catch basin to center of catch basins and similar type
structures.
1 65
03/19/2013
1
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all
Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel
Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans,
shall be considered incidental to the pipe and no additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the
unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, ,
and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure
and Obstruction". No separate payment will be made.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall
be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed
and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be
raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a
finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished
elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas
shall be adjusted to 6" above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or
gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a
temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor
shall carefully reference each manhole so that they may be easily found upon completion of the street Work.
After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to
the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center
about the manhole and be held to the minimum area necessary. At the completion of the manhole
adjustment, the void around the manhole shall be backfilled with materials which result in the section required
on the typical roadway section, and be thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted
in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be
set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken
not to alter the position of the casting in any way.
11
n
1
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time
the center of each manhole shall be carefully relocated from references previously established by the '
Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of
03/19/2013
1
1
the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as
for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired
grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be
equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall
be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume
of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day
following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted
with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture,
density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully
painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand
before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and
plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to
grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the
inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using
curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly
embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting
and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement
will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot
asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same
material as that required for new inlets. The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in
the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2) is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of
at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured
to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified
in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the
sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material
disposed of.
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7-05.3(2)A is a new section:
Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of
this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral
connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with
cement -based grout.
A cement -based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must
have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer.
The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the
operation (See Section 9-03.22).
7-05.3(3) Connections to Existing Manholes
' Section 7-05.3(3) is supplemented by adding the following:
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or
manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re -
grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans,
additional structure channeling will be required.
M
03/19/2013
1
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal"
boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re -channeled as necessary to match
the new pipe configuration and as shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the
connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of
new installation, relocation and adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations
shall be repaired or replaced at her/his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment required.
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT)
Color: White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the
distance from finished rim elevation to the invert of the lowest outlet pipe.
P-
I
1
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to
the unit contract price of the new item and no further compensation shall be made.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"Adjust Existing ," per each. ,
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the
adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of
prices then the Work will be considered incidental and its cost should be included in the cost of the pipe.
"Connect to Existing Catch Basin," per each. '
"Connect Structure to existing pipe," per each.
68 '
03/19/2013
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-03.12(3).
It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall
be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the
pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
' 7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the
opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional
depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch
lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard
Specifications.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified
above and thoroughly compacted to the required grade line.
1 7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a
manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser
beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying — General
1 Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the
pipe, or by looking for ponding of 1p" or less, which indicates a satisfactory condition. At manholes, when the
downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight -tenths) flow elevation, unless
otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All
pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground
but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench
site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as
' determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall
be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged
portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign
matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe
shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight
expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left
unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted.
69
03/19/2013 1
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may ,
change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes
shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked
and held in place until sufficient support is furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform '
grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with
the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage
as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint.system.
Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee
connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in
making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made
through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is
constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core
drilled. When the existing main is constructed of vitrified clay, the main shall be re -sectioned with flexible
couplings, Fernco or approved equal.
Connections (unless booted connections have been provided for) to existing concrete manholes shall be per
Section 7-05.3(3).
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
In the trench, prepared as specified in Section 7=02.3(1) PVC pipe shall be laid beginning at the lower end'
the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of
the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a
rubber gasketed concrete adapter -collar will be used at the point of connection.
7-08.3(3)A Backfilling Sanitary Sewer Trenches '
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
To the maximum extent available, suitable material obtained from trench excavation shall be used for trench
backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their
greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or '
rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit
incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with
proper compaction. '
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is
requested by the Engineer to be removed or over -excavated from trench excavations, then Bank Run Gravel for '
Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or
imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless
otherwise specified herein or on the Plans.
70 1
03/19/2013
1
1
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by
the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course
materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4
feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on -
site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for
compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements
shall be removed and replace and re -compacted at the Contractor's expense.
The Contractor shall be responsible for any settlement of backfill, sub -base, and pavement that may occur
during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made
by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined
by the modified proctor compaction test, ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be
measured by the cubic yard, including haul, as specified in 2-09, or by the ton.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in
the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard or ton.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the
type and size of pipe installed.
"Plugging Existing Pipe", per each.
"Commercial Concrete per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling
shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price
per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the Contract, then it shall be incidental.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius (500 feet or morel curves, either horizontal or vertical, may be laid with standard pipe by deflecting
the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume
that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are
required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint
when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed
recommended deflections.
71
03/19/2013
1
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17) has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement
shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in
fj
accordance with Section 4-5 of ANSI 21.5 or AWWA C105. I
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be
repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no
additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working hours. The I
Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves
on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative of the water department is present to I
inspect the Work.
When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will
be done by City forces as provided below:
City Installed Connections:
Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing
piping, dimensions, and elevations to assure proper fit.
Connections to the existing water main shall not be made without first making the necessary arrangements
with the Engineer in advance.
A two -week advance notice shall be required for each connection which requires a cutting of the existing water
mains or a shut -down of the existing water mains. The City reserves the right to re -schedule the connection if
the Work area is not ready at the scheduled time for the connection.
,
Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work
are assembled on site.
The Contractor shall provide all saw -cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de -watering, foundation material, at the
connection areas before the scheduled time for the connection by the City. The Contractor shall provide all
materials necessary to install all connections as indicated on the construction plans, including but not limited to
the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor
shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface
restoration at the locations shown on the plans for the connections to the existing water mains.
'
The City will cut the existing main and assemble all materials.
-
7-09.3(21) Concrete Thrust Blocking -and Dead -Man Block
,
Section 7-09.3(21) has been supplemented by adding the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of
Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be
,
72 1
03/19/2013
wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other
acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to
backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with Section 7-
11.3(15). 1
Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete (hand -mixed concrete is not allowed) and poured in place.
7-09.3(23) Hydrostatic Pressure Test
' Section 7-09.3(23) is supplemented and revised as follows:
(******)
A hydrant meter and a backflow prevention device will be used when drawing water from the City system.
These may be obtained from the City by completing the required forms and making the required security
1 deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be
expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high
points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is
filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure
applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged.
The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping
from an open container of suitable size such that accurate volume measurements can be made by the Owner
or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per
revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in
the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour -test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
1
Nominal Pipe Diameter in inches
PSI
6"
8"
10"
12"
16"
20"
24"
450
0.95
1.27
1.59
1.91
2.55
3.18
3.82
400
0.90
1.20
1.50
1.80
2.40
3.00
3.60
350
0.84
1.12
1.40
1.69
2.25
2.81
3.37
275
0.75
1.00
1.24
1.49
1.99
2.49
2.99
250
0.71
0.95
1.19
1.42
1.90
2.37
2.85
225
0.68
0.90
1.13
1.35
1.80
2.25
2.70
200
0.64
0.85
1.06
1.28
1.70
2.12
2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of
the computed leakage for each size. For those diameters or pressures not listed, the formula below shall
be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as determined
by the formula
L=N P
7400
in which:
L = Allowable leakage, gallons/hour
N = No. of joints in the length of pipeline tested
D = Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
73
03/ 19/2013
1
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15
minute test period." Is deleted.
7-09.3(24)A Flushing and "Poly -pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows: I
(******)
Sections of pipe to be disinfected shall .first be poly -pigged to remove any solids or contaminated material that
may have become lodged in the pipe. If the main cannot be "poly -pigged", then a tap shall be provided large
enough to develop a velocity of at least 2.5 fps in the main.
The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density foam with 90A durometer
urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet
nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be
done after disinfection." is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton
Standard Details. Water containing chlorine residual in excess of that carried in the existing water system, shall
not be disposed into the storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period I
Section 7-09.3(24)K has been revised as follows:
(******)
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the
chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/I.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
(******)
Before placing the lines into service, a satisfactory report shall be received from the local or State health
department or an approved testing lab on samples collected from representative points in the new system.
Samples will be collected and bacteriological tests obtained by the Engineer. r
7-09.3(25) Joint Restraint Systems
Section 7-09.3(25) is a new additional section:
(******)
General:
Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle
rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products,
1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the
Engineer.
Materials
Steel types used shall be:
High strength low -alloy steel (cor-ten), ASTM A242, heat -treated, superstar "SST" series.
High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes. ,
74
1
03/ 19/2013
1
i
U
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints,
3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full -body threaded
section shall be increased to 40,000 lbs. minimum for SM" and 60,000 lbs. minimum for 3/4" by heat
treating (quenching and tempering) to manufacturer's reheat and hardness specifications. SST 753: 3/4"
for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1"
eye for 7/8" rod. same ASTM specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. SS: 5/8"
and 3/4", ASTM A563, grade A, zinc plated or hot -dip galvanized.
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid
installation, zinc plated or hot -dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10:
for 5/8" and 3/4" tierods; ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip galvanized. SS12:
5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 61.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307.
Tiewasher: round flat washers, zinc plated or hot -dip galvanized. S517: ASTM A242, F436. S17: ANSI
B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer's instructions so all joints are
mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the
mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install
tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically
around the pipe.
Pipe Diameter
Number of 3/4"
Tie Rods Required
4................................................
2
6................................................
2
81, ..............................................3
10".............................................4
12...............................................
6
14...............................................
8
16...............................................
8
18...............................................
8
20...............................................
10
2411 .............................................14
30...............................................
(16-7/8"rods)
36...............................................
(24-7/8"rods)
Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a
flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space
for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60
feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths
to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts
shall be installed as rod guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized.
All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m, or
approved equal.
' Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be
75
03/19/2013
1
galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic
no. 800-m, or approved equal.
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe
and no additional payment shall be made.
7-09.4 Measurement
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-09.4 is revised as follows:
Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of
neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these
items are included as separate pay items. If not included as separate pay items in the contract, then thrust
blocking and dead -man blocks shall be considered incidental to the installation of the water main and no
further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each connection to
existing water main(s) as'shown on the Plans.
7-09.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-09.5 is revised and supplemented as follows:
"Furnish and Install Ductile Iron Water Main & Fittings", per lineal foot.
The unit contract price per linear foot for each size and kind of "Furnish and Install
Main & Fittings" shall be full pay for the bid item as described in Section 1-09.14.
"Concrete Thrust Blocking and Dead -Man Anchor Blocks", per cubic yard.
Ductile Iron Water I
The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead -Man Anchor Blocks "
shall be full pay for the bid item as described in Section 1-09.14.
"Connection to Existing Water Mains", per each.
The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as
described in Section 1-09.14.
"Select Imported Trench Backfill", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid
item as described in Section 1-09.14.
"Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard.
The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation
Material" shall be full pay for the bid item as described in Section 1-09.14.
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1) has been revised as follows:
(******) -
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall
be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed
above grade.
76
03/19/2013
F
U
I
The rest of this section is deleted.
7-12.3(2) Adjust Existing Valve Box to Grade
Section 7-12.3(2) is a new section:
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of
the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations
shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be
made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever
means necessary to remove such debris, leaving the valve installation in a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1p") below
finished grade.
7-12.4 Measurement
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-12.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in
the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be
considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included
in this measurement item.
7-12.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-12.5 is replaced with the following:
"Furnish and Install -Inch Gate Valve Assembly", per each.
The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the
bid item as described in Section 1-09.14.
"Air-Release/Air-Vacuum Valve Assembly," per each.
The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and
material to complete the installation of the assembly including but not limited to, excavating, tapping the main,
laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection,
meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest
revision.
"Adjust Existing Valve Box to Grade (RC)," per each.
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor,
material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract
Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required
to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other
items of Work and no further compensation shall be made.
77
03/19/2013
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows:
After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field
coats. The type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the
City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard
details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications
and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire
hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in
trenches 3 - 1P feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial
where 12" and larger pipe is shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool
(PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4"
shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of
right-of-way).
Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-11.3(15).
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets
shall be replaced with new gaskets of the type required for a new installation of the same type.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets
shall be replaced with new gaskets of the type required for a new installation of the same type.
I
7-14.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-14.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included
in the proposal:
"Furnish and Install Hydrant Assembly", per each.
The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid item as
described in Section 1-09.14.
"Resetting Existing Hydrants", per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the
existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and
guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be
incidental to the contract.
"Moving Existing Hydrants", per each. ,
78
1 03/19/2013
The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the
existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking,
painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall
' be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be
incidental to the contract.
7-15 SERVICE CONNECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and
impact method (hoe -hogging). If the trenchless percussion and impact method fails, regular open trench
methods may be used.
7-15.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1-09.14
Section 7-15.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the
proposal:
"Furnish and Install In. Water Service Connection", per each.
The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay
for the bid item as described in Section 1-09.14.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two
copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer.
Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent
adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three
nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
specified for maximum dimensional tolerance of the respective pipe.
Material for PVC sewer pipe shall meet the requirements of Section 9-05.12.
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under
normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction debris by
79
03/19/2013
placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's
responsibility to maintain this screen or trap until the new system is placed in service and then to remove it.
Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at
his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged
until acceptance by the Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the Contractor shall submit to the Engineer the written
reports of the inspection plus the videos. Said videos are to be in color and compatible with the City's viewing
and recording systems.
The City will accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with
Cues DataCAP 4.0.
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place,
measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets.
7-17.5 Payment
Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is
shown in Section 1-09.14
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included
in the proposal:
"Furnish and Install In. sewer pipe", per linear foot.
The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid
item as described in Section 1-09.14.
"Furnish and Install In. side sewer pipe", per linear foot.
The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the i
bid item as described in Section 1-09.14.
"Testing Sewer Pipe", per linear foot.
The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and
equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing
Sewer Pipe" is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" shall be
full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in
Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for
all Work to furnish, place, and compact material in the trench.
"Television Inspection", per linear foot.
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
80
1 03/19/2013
ISection 8-09.5 has been revised as follows:
(******)
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1", per each.
"Raised Pavement Marker Type 2", per each.
"Raised Pavement Marker Type 3- In.", per each.
"Recessed Pavement Marker per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and
"Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor,
materials, and equipment necessary for furnishing and installing the markers in accordance with these
Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a
separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
(******)
This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard
Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the
Engineer or by the Contractor supplied Surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
(******)
The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a
registered surveyor references the existing monuments and completes all required Public Land Survey Office
paperwork / permits prior to construction. After construction is complete, the monuments shall be re-
established by the Surveyor in accordance with RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
(******)
All costs for surveying and resetting existing monuments impacted by construction shall be considered
incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
(******)
fir "Reset Existing Monument" per each.
_ Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in
the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
(******)
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail,
except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be
applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic
membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the
81
03/19/2013
1
curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for
such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed
concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed
and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall
include all costs for the complete installation per the Plans and standard details including expansion joint
material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated
materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work,
materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp,
Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such
installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and
for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall
be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary before the
sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of
Section 2-03.Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the
depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof
in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for
"Curb Ramp, Cement Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall be
considered a part of the pay item for "Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
Paragraph four of Section 8-20.2(1) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards
called for on this project:
1. Light standards with or without pre -approved Plans.
2. Signal standards with or without pre -approved Plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
Section 8-20.2(1) is supplemented as follows:
82
103/19/2013
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard
shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations
for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
(******)
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to
the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting
of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-lane or three -lane,
two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used
as centerline delineation on multilane, two-way highways and for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through
movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and
' other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The
broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space.
The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The
solid line shall be installed to the right of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to
the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to approve the
' installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
"Approach Stripe," per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
1 83
03/19/2013
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract
price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material,
and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail
sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or
conflicting traffic markings required to complete the channelization of the project as shown on the Plans or
detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be
made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then
all costs associated with these items are considered incidental to other items in the Contract or included under
"Traffic Control," if that item is included as a bid item.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents
of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1", %", Y2", and 3/8" sieves
U.S. No. 4 sieve
U.S. No. 8 sieve
U.S. No. 16 sieve
U.S. No. 30 sieve
U.S. No. 50 sieve
U.S. No. 100 sieve
U.S. No. 200 sieve
Asphalt Binder
VMA
VFA
Va
±6%
±8%
±6%
±8%
±6%
±8%
±4%
±6%
±4%
±6%
±4%
±6%
±3%
±5%
±2.0%
±3.0%
±0.5%
±0.7%
1.5% below minimum value in 9-03.8(2)
minimum and maximum as listed in 9-03.8(2)
2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for
aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves
designated as 100% passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
(******)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam
aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and
out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
84
1 03/19/2013
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV.
Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150.
No admixture shall be used unless otherwise specified.
1,
1
I
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented by the following:
(******)
All pipe shall be subject to (1) a three -edge -bearing strength (D-load) test in accordance with ASTM C76; and (2)
a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure
shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
(******)
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single
rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
(******)
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302
except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
(******)
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of
Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer
may require additional information or tests to be performed by the Contractor at no expense to the City.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to
the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using
a continuous helical lock seam or a continuous helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as
shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 31/4 inch plus
two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95
inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to
the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches
center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners
of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs
does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25
inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous
treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured
outside to outside) and -a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall
be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal
at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
1
85
03/19/2013
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional section:
9-05.12(3) CPEP Sewer Pipe
Section 9-05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In
addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to
the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using
a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal
spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with
coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + IM inch wide (measured
outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to
the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an
allowable tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured
outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs
shall be 0.0625 inch with an allowable tolerance of ± 10 percent.
9-05.22 High Density Polyethylene Piping
Section 9-05.22 is a new section:
DRISCOPLEX'rm 4100 High -density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope - This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high -density polyethylene —'
piping. All Work shall be performed in accordance with these Specifications.
1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered
Construction Plans for the Work prepared under the direction of a Professional Engineer. '
1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is
incorporated by reference in these Specifications, the reference standard shall be the latest edition and
revision.
86
1 03/19/2013
1 1.4 Licenses and Permits —The Contractor shall be licensed and bonded.
1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the
authority to halt construction if, in his opinion, these Specifications or standard construction practices are not
being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice,
order further construction to cease until all deficiencies are corrected.
2 Polyethylene Pipe and Fittings
2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance
facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications.
The manufacturer's production facilities shall be open for inspection by the City or his Authorized
Representative. The Project Engineer shall approve qualified manufacturers.
2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408
high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of
the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade HDB rating of 1600
psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification
345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61.
When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and
fittings meet these requirements.
2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce
polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub -contractors or
distributors are prohibited.
2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded
or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated
for the same internal pressure rating as the mating pipe.
2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and
shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut
from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure
service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in
accordance with AWWA C906.
2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to be
clamped in a butt fusion -joining machine without the use of a stub -end holder. The sealing surface of the
flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote gasketless
sealing, or restrain the gasket against blowout.
2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated
equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide
clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher.
1 87
03/19/2013
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces:
Concrete
Surface
In accordance with SSPC
Preparation:
SP-7 (Sweep or brush off
blast)
Application:
Shop/Field: The drying
time between coats shall
not exceed 24 hours in
any case
System Thickness:
6.0 mils dry film
Coatings:
Primer: One coat of
Wasser MC-Aroshield
high solids urethane (2.0
DFT) Finish: Two or more
coats of Wasser MC-
Aroshield (min. 4.0 DFT)
Color:
White
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe (RC)
Section 9-30.1(1) is revised as follows:
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall
have a cement -mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be
Standard Thickness Class 52 or the thickness class as shown in the Plans.
9-30.3(1) Gate Valves (3 inches to 12 inches)
Section 9-30.3(1) is replaced with:
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14,
Mueller Company No. A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as
required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard
Details for 12" gate valve assembly vault and 1" bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted, double disc with bronze
1
I
'I
1
88
11
1
03/19/2013
1
I
I
11
wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard
C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with
fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and
shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with
two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti -friction washer. The resilient
gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of
the stem nut or integrally cast.
Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet
the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the
project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than
12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be
installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
(******)
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) has been deleted and replaced with the following:
(******)
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label
"water."
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7) has been supplemented as follows:
Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty," combination air release
valve, or equal.
Installation shall be per the City of Renton Standard Details, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is revised as follows:
(******)
89
03/19/2013
Tapping sleeves shall be cast iron, ductile iron epoxy -coated steel, or other approved material.
9-30.3(9) Blow -Off Assembly
Section 9-30.3(9) is a new section:
Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation. of blow -off
permanent blow -off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings
shall be galvanized. Blow -off assembly shall be installed at location(s) shown on the plans. Temporary blow -
off assembly on new dead-end water main shall be installed at location shown on the plans.
Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this
item and shall be considered incidental to the contract and no additional payment shall be made.
9-30.5 Hydrants
Section 9-30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-
502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super
Centurion 200, conforming to AWWA C-502-85.
9-30.5(1) End Connections (RC)
Section 9-30.5(1) is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal
description.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2) is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure)
conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.0.) of 5 1/4
inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch
pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of
male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by
turning counter clockwise (left).
The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design
and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water
tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall
be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no
lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have
synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel
aircraft cable.
I
P,
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 11
90 1
1 03/19/2013
' 9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4) has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
' 9-30.6(5) Meter Setters
Section 9-30.6(5) has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED
The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core
Area. The permittee shall remove the utility locate marks within 14 days of job completion.
I
11
I
a
E
1 91
I SPECIAL PROVISIONS
PART II
1
1
SUB -SECTION 10.00000
INTRODUCTION
Sub -Section 10.00000 describes the numbering format used with Division 10 of the Special Provisions
(Part II). Division 10 is in CSI format and some modifications have been made to the typical numbering
system used in CSI. A "10." has been added to all of the CSI numbering in Division 10 in order to
separate items in this Section from the rest of the WSDOT Division numbering in the Special Provisions
(Part 1). Furthermore, a DIVISION in CSI is equivalent to a SECTION in the Special Provisions (Part II) and
the 5-digit CSI Section number now becomes a Sub -Section. The following table illustrates the typical CSI
numbering on the left and the new numbering on the right:
CSI Standard Numbering Format
(No CSI Standard)
DIVISION 1
01410 Regulatory Requirements
DIVISION 2
02222 Building Demolition
Special Provisions (Part II) Numbering Format
DIVISION 10
SECTION 10.1
10.01410.Regulatory Requirements
SECTION 10.2
10.02222 Building Demolition
END OF SUB -SECTION
pw:\\Documents\Client\WA\Renton\8235C10\Specifications\Div 10 Coding.docx
CITY OF RENTON
EAST RENTON LIFT STATION ELIMINATION
DESIGN SUBMITTAL
TABLE OF CONTENTS
DIVISIONS 1 - 9 - SPECIAL PROVISIONS (PART 1)
2010 WSDOT STANDARD SPECIFICATIONS
2010 WSDOT STANDARD SPECIFICATIONS WITH CITY OF RENTON REVISIONS
DIVISION 10 - SPECIAL PROVISIONS (PART 11)
SUB -SECTION NO.
TITLE
10.01140
WORK RESTRICTIONS
10.01410
REGULATORY REQUIREMENTS
10.01500
TEMPORARY FACILITIES AND CONTROLS
10.01738
SELECTIVE DEMOLITION
10.02900
LANDSCAPE GRADING (TOP SOIL)
10.02910
TEMPORARY EROSION AND SEDIMENT CONTROL (STREAM FLOW
DIVERSION)
10.02920
TRENCHING AND BACKFILLING (STREAM CROSSING)
10.02930
MITIGATION LANDSCAPING
10.15052
BASIC PIPING MATERIALS AND METHODS
March 2013 TOC-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235ClO/SpecificationsrFOC.doc (BID)
' SUB -SECTION 10.01140
WORK RESTRICTIONS
PART1 GENERAL
1.01 SUMMARY
A. Section Includes: Requirements for sequencing and scheduling the Work affected
by existing site and facility, work restrictions, and coordination between construction
operations and lift station operations.
B. Related Section/Sub-Sections:
1. The Contract Documents are complementary; what is called for by one is as
binding as if called for by all.
2. It is the CONTRACTOR's responsibility for scheduling and coordinating the
Work of subcontractors, suppliers, and other individuals or entities performing
or furnishing any of CONTRACTOR's Work.
'
3. The following Sections/Sub-Sections are related to the Work described in this
Sub -Section. This list of Related Sections/Sub-Sections is provided for
convenience only and is not intended to excuse or otherwise diminish the duty
1
of the CONTRACTOR to see that the completed Work complies accurately
with the Contract Documents:
a. Section 1-08.0(1) - Preconstruction Conference.
b. Section 1-08.3 - Progress Schedule.
'
c. Sub -Section 10.01500 - Temporary Facilities and Controls.
d. Sub -Section 10.02930 - Mitigation Landscaping.
1.02 REFERENCES
A. Washington State Department of Transportation (WSDOT):
'
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
B. Applicable project permits obtained for the project.
1.03 WORK CONSTRAINTS ON SEQUENCE AND SCHEDULING OF WORK
A. Construction Period:
1. Construction shall be completed within the allowed number of working days
from the Notice to Proceed date as described in the Contract Documents.
2. Contractor shall be responsible for liquidated damages as calculated and
specified in the WSDOT Standard Specifications for overrun of allotted
construction period.
'
B. General Constraints:
1. Utilize description of critical events in work sequence in this Sub -Section as a
guideline for scheduling and undertaking the Work.
1
2. Work sequence and constraints presented do not include all items affecting
completion of the Work, but are intended to describe critical events necessary
to minimize disruption of the existing facilities.
March 2013 10.01140-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235ClO/Specifications/10.01140 (BID)
C. Work Constraints:
1. All work within Maplewood Park (pipeline Stationing 1+00 to 8+60 as shown
on the Drawings) shall be completed between July 1 and September 30, 2013,
with exception to Mitigation Landscaping (planting) specified in Sub -Section
10.02930.
2. Work in Maplewood Park may begin prior to July 1 with approval from the
Engineer.
3. See "Work By Others" below for coordination with Century Link.
4. All work shall be comply with applicable permits obtained for the project.
1.04 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
A. Archaeological and Historical Objects:
1. If ground disturbing activities encounter cultural resources or historic
properties as identified by the National Historic Preservation Act, Contractor
shall stop work, notify the District Engineer within 24 hours, and comply with
the following regulations:
a. Seattle District Nationwide Permit Regional General Condition 5, Cultural
Resources and Human Burials (Nationwide Permit Terms and
Conditions).
b. Section 1-07.16(4) — Archaeological and Historical Objects.
B. Inadvertent Discovery of Human Skeletal Remains:
1. If ground disturbing activities encounter human skeletal remains during the
course of the project, the Contractor shall stop work, notify the District
Engineer within 24 hours, and comply with the following regulations:
a. Seattle District Nationwide Permit Regional General Condition 5, Cultural
Resources and Human Burials (Nationwide Permit Terms and
Conditions).
b. RCWs 68.50.645, 27.44.055, and 68.60.055 — Inadvertent Discovery of
Human Skeletal Remains on Non -Federal and Non -Tribal Land in the
State of Washington.
c. Section 1-07.16(4)A — Inadvertent Discovery of Human Skeletal Remains
1.05 INTERRUPTION OF PROCESSES
A. Indicate required shutdowns of existing facilities or interruptions of existing
operations on Progress Schedule per Section 1-08.3.
B. Submit notification of required shutdowns of existing facilities at least 7 days prior to
the planned date of shutdown.
C. Do not begin alterations until ENGINEER's written permission has been received.
D. Minimize shutdown times by thorough advanced planning. Have required
equipment, materials, and labor on hand at time of shutdown.
E. Where required to minimize lift station interruptions while complying with specified
sequencing constraints, provide temporary pumping, power, lighting, controls,
instrumentation, and safety devices.
ij
I
'r=
Ll
I
I
March 2013 10.01140-2 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235ClO/Specifications/10.01140 (BID) I
1.06 REQUIREMENTS FOR OPERATION OF EXISTING LIFT STATION
A. Do not remove or demolish existing facilities required to keep the existing lift station
operational at the capacities specified until the existing facilities are replaced by
temporary, new, or upgraded facilities or equipment, unless otherwise indicated.
The replacement facilities shall have been tested and demonstrated to be
operational prior to removing or demolishing existing facilities, unless otherwise
indicated.
1.07 OPERATIONS AND MAINTENANCE ACCESS
A. Provide safe, continuous access to lift station control equipment for lift station
maintenance personnel.
j1.08
UTILITIES
A. Maintain electrical, telephone, water, gas, sanitary facilities, and other utilities within
'
existing facilities and project area in service. Provide temporary utilities when
necessary.
1.09 COORDINATION OF WORK
A. Maintain overall coordination of the Work.
'
B. Obtain construction schedules from subcontractors and suppliers, and assume
responsibility for correctness.
C. Incorporate schedules from subcontractors and suppliers into Progress Schedule
per Section 1-08.3 to plan for and comply with sequencing constraints.
1.10 WORK BY OTHERS
A. Century Link (paid for by the Owner) will perform relocation of existing overhead
and buried utility lines in location of the Work shown on the Drawings. Relocated
'
utilities will still be located within the Construction Limits identified on the Drawings,
Contractor shall coordinate work efforts with the existing and relocated on -site
utilities. Utility relocation by Century Link will occur after the Preconstruction
'
Conference per Section 1-08.0(1) and is anticipated to be performed between June
1 and July 15, 2013. Coordination of work efforts among Contractor and Century
Link shall occur during a site visit following the Preconstruction Conference.
B. Where proper execution of the Work depends upon work by others, inspect and
promptly report discrepancies and defects.
1.11 SUGGESTED WORK SEQUENCE
1 A. This possible construction sequence is included for informational purposes only:
1. Limits of 30-foot corridor through Maplewood Park will be marked by Others.
2. Survey and mark remaining construction limits.
' 3. Install TESC measures in 148th Place SE and temporary fencing and gates
throughout project limits.
March 2013 10.01140-3 8235C10
pw://Carollo/DocumentsIClienYWA/Renton/8235ClO/Specifications/10.01140 (BID)
4. Remove existing 8-inch diameter gravity sewer and existing 48-inch diameter
Manhole 5314 086 and install 15-inch diameter gravity sewer and new 60-inch
diameter Manhole 5314 086 in 1481h Place SE.
5. Confirm operation of new 15-inch diameter -gravity sewer by television
inspection, air test and inspection of manholes with channeling.
6. Perform asphalt overlay in 148th Place SE.
7. Relocate fencing to facilitate work in area of East Renton Lift Station.
8. Clear and grub 30-foot corridor through Maplewood Park and install remaining
TESC measures for installation of the gravity pipelines.
9. Temporarily divert stream flow by bypass pumping and install temporary
stream crossing.
10. Install 15-inch diameter gravity sewer in Maplewood Park from new Manhole
5314 086 to existing Manhole 5314 079.
11. Install 12-inch diameter gravity sewer between existing Manholes 5314 079
and 5314 080.
12. Confirm operation of new 15-inch and 12-inch diameter gravity sewer by
television inspection and air test.
13. Install temporary wastewater bypass pumping systems and test.
14. Temporarily plug influent pipelines to East Renton Lift Station and commence
bypass pumping.
15. Perform existing Manhole 5314 079 and 5314 080 improvements and abandon
existing 12-inch diameter gravity sewer.
16. Inspect manhole channeling.
17. Decommission bypass pumping systems and pipeline plugs, and commence
gravity sewer operation.
18. Decommission and demolish existing lift station facilities.
19. Construct miscellaneous site improvements at East Renton Lift Station site.
20. Remove temporary stream crossing, and construct site and stream bank
restoration.
21. Perform mitigation planting and large woody debris placement.
1.12 TEMPORARY SERVICES, MATERIALS, AND EQUIPMENT
A. As specified in Sub -Section 10.01500.
PART PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SUB -SECTION
March 2013 10.01140-4 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235ClO/Specifications/10.01140 (BID)
SUB -SECTION 10.01410
REGULATORY REQUIREMENTS
PART1 GENERAL
1.01 SUMMARY
A. Sub -Section includes: Regulatory requirements:
1.
Building code.
2.
Electrical code.
3.
Energy code.
4.
Fire code.
5.
Mechanical code.
6.
Plumbing code.
7.
Project Permits acquired by the Owner.
1.02 REFERENCES
A. International Code Council (ICC):
1.
2006 International Building Code (IBC).
2.
2006 International Energy Conservation Code (IECC).
3.
2006 International Fire Code (IFC).
4.
2006 International Mechanical Code (IMC).
5.
2006 International Plumbing Code (IPC).
B. National
Fire Protection Association (NFPA):
1.
2008 NFPA 70 National Electric Code.
2.
2009 NFPA 70E Standard for Electrical Safety in the Workplace.
C. State Building Codes Council:
1. Washington State Building Code (SBC).
1.03 SYSTEM DESCRIPTION
A. Design requirements:
1. Building code:
a. Washington State Building Code.
2. Electrical code:
a. 2008 National Electric Code.
b. 2009 Standard for Electrical Safety in the Workplace.
3. Energy conservation code:
a. 2006 International Energy Conservation Code.
4. Fire code:
a. 2006 International Fire Code.
5. Mechanical code:
a. 2006 International Mechanical Code.
6. Plumbing code:
a. 2006 International Plumbing Code.
7. Project Permits:
March 2013 10.01410-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl O/Specifications/10.01410 (BID)
a. Nationwide Permit 12: US Army Corps of Engineers.
b. Hydraulic Project Approval Permit: Washington Department of Fish and
Wildlife.
c. SEPA Determination Permit: City of Renton.
d. Special Use Permit: King County.
e. Clearing and Grading Permit: King County.
f. Right of Way Use Permit: King County.
PART PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SUB -SECTION
March 2013 10.01410-2 8235C10
pw://Carollo/Documents/ClientANA/Renton/8235C10/Specifications/10.01410 (BID)
11
I
SUB -SECTION 10.01500
TEMPORARY FACILITIES AND CONTROLS
PART1 GENERAL
1.01 SUMMARY
A. Sub -Section includes:
1. Furnishing, maintaining, and removing construction facilities and temporary
controls, including temporary utilities, construction aids, barriers and
enclosures, security, access roads, temporary controls, project sign, and
removal after construction.
B. Related Sections/Sub-Sections:
1. The Contract Documents are complementary; what is called for by one is as
binding as if called for by all.
2. It is the Contractor's responsibility for scheduling and coordinating the Work of
subcontractors, suppliers, and other individuals or entities performing or
furnishing any of Contractor's Work.
3. The following Sections/Sub-Sections are related to the Work described in this
Sub -Section. This list of Related Sections/Sub-Sections is provided for
convenience only and is not intended to excuse or otherwise diminish the duty
of the Contractor to see that the completed Work complies accurately with the
Contract Documents.
a. Section 1-05 - Control of Work.
1.02 REFERENCE
A. Occupational Safety and Health Administration (OSHA).
B. Washington State Department of Transportation (WSDOT):
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
1.03 SUBMITTALS
A. In accordance with Section 1-05.
B. Product data.
C. For temporary piping systems:
1. Submit layout drawings showing proposed routing of piping, including
proposed pipe support and pipe restraint locations.
2. Submit product data for piping, fittings, appurtenances, restraints, supports,
and all other components of the temporary piping system.
3. Submit all information at least 28 days prior to when each temporary piping
system is scheduled to be installed and allow 14 days for review and comment
by Engineer and Owner.
D. For temporary pumping systems:
March 2013 10.01500-1 8235C10
1 pw://Carollo/Documents/ClienYWA/Renton/8235C10/Specifications/10.0150O (BID)
1. Submit pump data and performance curves.
2. Submit sketches showing layout of temporary pumping system, including
pump quantity, configuration in manhole, and proposed piping layout specified
in this Section.
3. Submit piping headloss calculations based on proposed temporary piping
system layout.
4. Submit all information at least 28 days prior to when the temporary pumping
system is scheduled to be installed and allow 14 days for review and comment
by Engineer and Owner.
1.04 TEMPORARY UTILITIES
A. Temporary electrical power:
1. Provide and maintain adequate jobsite power conforming to applicable Laws
and Regulations.
B. Temporary electrical lighting:
1. In work areas, provide temporary lighting sufficient to maintain lighting levels
during working hours not less than lighting levels required by Occupational
Safety and Health Administration (OSHA) and state agency which administers
OSHA regulations where Project is located.
C. Temporary heating, cooling, and ventilating:
1. Heat and ventilate work areas to protect the Work from damage by freezing,
high temperatures, weather, and to provide safe environment for workers.
2. Permanent heating system may be utilized when sufficiently completed to
allow safe operation.
D. Temporary water:
1. Pay for and construct facilities necessary to furnish potable water for human
consumption and non -potable water for use during construction.
2. Remove temporary piping and connections and restore affected portions of the
facility to original condition before Substantial Completion.
3. Pay for water used for construction prior to Substantial Completion.
4. Development of potable water supply:
a. Potable water is not available at construction site.
b. Provide potable water for human consumption during construction period.
c. Furnish potable water that meets requirements of Laws and Regulations.
5. Development of non -potable water supply:
a. Post ample signs throughout the work area warning that water is not
potable.
b. Non -potable water is available from a hydrant at the site. Coordinate with
King County Water District 90 for connection, meter, and requirements of
non -potable water supply.
c. Provide temporary ramps on both sides of hose where required.
E. Temporary sanitary facilities:
1. Provide suitable and adequate sanitary facilities that are in compliance with
applicable Laws and Regulations.
2. At completion of the Work, remove sanitary facilities and leave site in neat and
sanitary condition.
J
I
I
I�
L
k
Il
I
I
I
I
March 2013 10.01500-2 8235C10
pw:HCarollo/Documents/Client/WA/Renton/8235Cl0/Specifications/10.01500 (BID) I
F.
Temporary fire protection: Provide sufficient number of fire extinguishers of type and
capacity required to protect the Work and ancillary facilities.
G.
First aid: Post first aid facilities and information posters conforming to requirements
of OSHA and other applicable Laws and Regulations in readily accessible locations.
H.
Maintain utilities in existing facilities in service. Provide temporary utilities when
necessary.
1.05 CONSTRUCTION
AIDS
A.
Provide railings, kick plates, enclosures, safety devices, and controls required by
ILaws
and Regulations and as required for adequate protection of life and property.
B.
Use construction hoists, elevators, scaffolds, stages, shoring, and similar temporary
facilities of ample size and capacity to adequately support and move loads.
C.
Design temporary supports with adequate safety factor to assure adequate load
bearing capability:
'
1. When requested, submit design calculations by professional registered
engineer prior to application of loads.
2. Submitted design calculations are for information and record purposes only.
tD.
Accident prevention:
1. Exercise precautions throughout construction for protection of persons and
property.
1
2. Observe safety provisions of applicable Laws and Regulations.
3. Guard machinery and equipment, and eliminate other hazards.
4. Make reports required by authorities having jurisdiction, and permit safety
inspections of the Work.
5. Before commencing construction work, take necessary action to comply with
provisions for safety and accident prevention.
E.
Barricades/Gates:
1. Place barriers at ends of excavations and along excavations to warn
pedestrian and vehicular traffic of excavations.
I
2. Place gates at all site access locations indicated on the Drawings to prevent
persons from entering. Lock gates at the end of each work day. Coordinate
with City for locking requirements.
3. Keep gates in place until on -site construction activities are completed.
4. Barricade excavations to prevent persons from entering excavated areas in
1
streets, roadways, parking lots, or other public or private areas.
F.
Warning devices and barricades: Adequately identify and guard hazardous areas
and conditions by visual warning devices and, where necessary, physical barriers:
1. Devices shall conform to minimum requirements of OSHA and State agency
which administers OSHA regulations where Project is located.
G. Hazards in public right-of-way:
1. Mark at reasonable intervals, trenches and other continuous excavations in
public right-of-way, running parallel to general flow of traffic, with traffic cones,
barricades, or other suitable visual markers during daylight hours:
March 2013 10.01500-3 8235C10
pw://Carollo/Documents/ClienVWA/Renton/8235Cl O/Specifications/10.0150O (BID)
a. During hours of darkness, provide markers with torches, flashers, or other
adequate lights.
2. At intersections or for pits and similar excavations, where traffic may
reasonably be expected to approach head on, protect excavations by
continuous barricades:
a. During hours of darkness, provide warning lights at close intervals.
3. Notify homeowners affected by construction activities 7 days prior to Work in
148th Place Southeast.
a. Provide temporary vehicle trench crossings for homeowner driveway
access.
b. All Work in 148th Place Southeast shall be completed in a two -week
period. Grind and overlay may occur outside two -week period.
4. All construction equipment , fencing and materials used for Work within 148th
Place Southeast shall be removed after two -week allowable work period.
H. Hazards in protected areas: Mark or guard excavations in areas from which public is
excluded, in manner appropriate for hazard.
Protect existing structures, trees, shrubs, and other items to be preserved on
Project site from injury, damage or destruction by vehicles, equipment, worker or
other agents with substantial barricades or other devices commensurate with
hazards.
Fences:
1. Contractor shall fully fence (6 foot minimum height) limits of construction (30
foot corridor) through Maplewood Park. Entry at each end shall be
fenced/gated at the end of each day. Access to this corridor shall be protected
from outside entry for the duration of the construction.
2. The rest of the Work within the project construction limits shall be fenced at the
discretion of the Contractor to protect the Work against acts of theft, violence
and vandalism, unless otherwise indicated on the Drawings.
3. When entire or part of site is to be permanently fenced, permanent fence may
be built to serve for both permanent and temporary protection of the work site,
provided that damaged or defaced fencing is replaced prior to final
acceptance.
4. Protect temporary and permanent openings and close openings in existing
fences to prevent intrusion by unauthorized persons. Bear responsibility for
protection of plant and material on site of the Work when openings in existing
fences are not closed.
5. During night hours, weekends, holidays, and other times when no work is
performed at site, provide temporary closures or enlist services of security
guards to protect temporary openings.
6. Fence temporary openings when openings are no longer necessary.
1.06 SECURITY
A. Make adequate provision for protection of the work area against fire, theft, and
vandalism, and for protection of public against exposure to injury.
1.07 TEMPORARY CONTROLS
A. Dust control:
11
I
C
I
11
11
I
I
March 2013 10.01500-4 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235C10/Spec cations/10.01500 (BID) I
Ij
1
1. Prevent dust nuisance caused by operations, unpaved roads, excavation,
backfilling, demolition, or other activities.
2. Control dust by sprinkling with water from a water truck.
B. Noise control:
1. In inhabited areas, particularly residential, perform operations in manner to
minimize noise.
2. In residential areas, take special measures to suppress noise during night
hours.
C. Mud control:
1. Prevent mud nuisance caused by construction operations, unpaved roads,
excavation, backfilling, demolition, or other activities.
1.08 TEMPORARY PRESSURE PIPING
A. Contractor shall provide all piping, appurtenances, and other materials as required
to provide temporary piping systems as specified in this Sub -Section, as indicated
on the Drawings, and as needed to perform the Work.
B. Contractor shall field route piping as needed and as field conditions dictate, unless
otherwise indicated on the Drawings, and determine appropriate lengths of piping
and quantity/type of pipe fittings needed to construct temporary piping system. Do
not block access points such as stairs, doors, and walkways to existing facilities
unless approved in writing by the Owner.
C. Restrain piping at valves and at fittings where piping changes direction, changes
sizes, and at ends:
1. When piping is buried, use mechanical restraints.
2. When piping is exposed or under water, use mechanical or structural
restraints.
3. Determine thrust forces by multiplying the nominal cross sectional area of the
piping by the operating pressure of the piping and account for test pressure.
D. Temporary piping systems shall be installed in a manner that will not damage
existing or new facilities.
E. Unless indicated otherwise, piping material, including gaskets, shall be suitable for
the process fluid requiring temporary piping.
F. After temporary piping system is no longer required:
1. Remove temporary piping system.
2. Clean and repair damage caused by installation or use of temporary piping
system.
3. Restore existing facilities to original condition.
1.09 TEMPORARY PUMPING
A. Manufacturer, or equal:
1. Godwin Pumps.
B. Type:
March 2013 10.01500-5 8235C10
pw://Carollo/Documents/ClientfWA/Renton/8235C10/Specifications/10.01500 (BID)
Portable, automatic priming centrifugal sewage pump mounted on a diesel
engine located at grade.
C. Contractor shall provide temporary pumping systems to pump flow from two existing
manholes to the existing lift station emergency storage well as indicated on the
Drawings (Contract Drawing C-07):
1. Anticipated Manhole Flow Rates:
a. Manhole 5315 135:
1) Maximum (June — October): 400 gallons per minute (gpm).
b. Manhole 5314 078:
1) Maximum (June — October): 200 gallons per minute (gpm).
2. Provide and pay for all power required to operate temporary pumps.
3. All electrical and instrumentation components will comply with applicable code
requirements for the area where the temporary pump is located.
4. Temporary pumping will be required 24 hours per day during the time period
when pumping is required and is critical to the proper operation of the Owner's
facility. Provide 24-hour on -site supervision of pumps to ensure that pumps are
always operational and performing as required. Notify the Owner immediately
if temporary pumping cannot be provided.
5. Contractor shall be responsible for repairing any damage or reimbursing the
Owner for any regulatory fines or additional lift station staff time resulting from
the Contractor's failure to maintain temporary pumping.
6. Provide 100 percent backup (a.k.a., standby, redundant, etc.) pumping
capacity equal to the required maximum flow rate. Backup system shall be
capable of providing required pumping capacity immediately upon failure of
primary pumping system.
7. All necessary spare equipment and appurtenances shall be available on -site to
allow immediate repair and/or replacement of any pumping system component
that is not functioning properly.
8. Maximum allowable noise of temporary bypass pumping system = 45 dba
measured at nearest residential property line.
D. Providing temporary piping systems as specified in this Sub -Section.
E. Provide ancillary equipment to conduct temporary bypass pumping as indicated on
the Drawings (i.e. pipe plugs).
F. After temporary pumping system is no longer required:
1. Remove temporary process pumping system.
2. Clean and repair damage caused by installation or use of temporary process
pumping system.
3. Restore existing facilities to original condition.
1.10 REMOVAL
A. Remove temporary buildings and furnishings before inspection final acceptance or
when directed.
B. Clean and repair damage caused by installation or use of temporary facilities.
C. Remove underground installations to minimum depth of 24 inches and grade to
match surrounding conditions.
March 2013 10.01500-6 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl O/Specifications/10.01500 (BID)
f1
I
I
I
it
I
I
J
1
L�
t
k
D. Restore existing facilities used during construction to specified or original condition.
PART PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SUB -SECTION
March 2013 10.01500-7 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235C10/Specifications/10.01500 (BID)
I
I
I
I
J
I
I
I
March 2013 10.01500-8 8235C10
pw://Carollo/Documents/ClienYWA/Rentonl8235C10/Specifications/10.01500 (BID) ,
SUB -SECTION 10.01738
SELECTIVE DEMOLITION
PART1 GENERAL
1.01 SUMMARY
A.
Sub -Section includes: Demolition of structures or portions of structures and
coordination requirements for demolition.
1.02 SUBMITTALS
A.
Submittals for information only:
1. Permits and notices authorizing demolition.
2. Certificates of severance of utility services.
3. Permit for transport and disposal of debris.
4. Demolition procedures and operational sequence.
(
B.
Project record documents: Include locations of service lines and capped
utilities.
1.03 REGULATORY REQUIREMENTS
A.
Dispose of debris in accordance with governing regulatory agencies.
B.
Comply with applicable air pollution control regulations.
C.
Conform to existing environmental requirements and regulations regarding noise,
dust, and vibration.
D.
Obtain permits for building demolition, transportation of debris to disposal site and
'
dust control.
1.04 ENVIRONMENTAL REQUIREMENTS
'
A.
Do not interfere with use of adjacent buildings. Maintain free and safe passage to
and from.
B.
Prevent movement, settlement, or collapse of structures adjacent services,
landscaping, curbing and trees. Provide and place bracing or shoring. Assume
liability for movement, settlement, or collapse. Promptly repair damage.
C.
Cease operations and notify Engineer immediately when safety of structure appears
to be endangered. Take precautions to properly support structure. Do not resume
operations until safety is restored.
D.
Provide erect and maintain barricades, lighting, guardrails, and protective devices
as required to protect building occupants, general public, workers, and adjoining
1
property.
March 2013 10.01738-1 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specifications/10.01738 (BID)
1.05 EXISTING SERVICES
A. Arrange and pay for capping and plugging utility services. Disconnect and stub off.
Notify affected utility company in advance and obtain approval before starting
demolition.
B. Place markers to indicate location of disconnected services.
1.06 MAINTAINING TRAFFIC
A. Do not close or obstruct roadways without permits.
B. Conduct operations with minimum interference to public or private roadways.
1.07 MATERIALS
A. Materials and equipment to be retained by Owner and delivered to City Shops by
Contractor:
1. Embedded relics and antiques such as cornerstones, cornerstone contents,
commemorative plaques and tablets.
2. Items indicated on the Drawings.
B. Materials and equipment to be retained by Owner and hauled off by Owner:
1. After power to the station is disconnected, Contractor shall provide Owner 3
working days to remove and haul any lift station appurtenances desired to be
salvaged. Anticipated items to be salvaged by the Owner include:
a. Telemetry panel.
b. Submersible pumps.
c. Backflow prevention device in Hot Box.
C. Materials and equipment to be reinstalled by the Contractor:
1. Existing fencing, gates, and rock barricades as indicated on the Drawings.
D. Contractor shall furnish all materials, tools, equipment, devices, appurtenances,
facilities, and services required for performing selective demolition work indicated
on the Drawings and described within this Sub -Section.
E. Erect weatherproof closures for exterior openings. Maintain exit requirements.
F. Erect and maintain dustproof partitions as required to prevent spread of dust,
fumes, and smoke to other parts of building. On completion, remove partitions and
repair damaged surfaces to match adjacent surfaces.
G. Provide and maintain protective devices to prevent injury from falling objects.
H. Cause as little inconvenience to adjacent neighborhood areas as possible.
Protect landscaping, benchmarks and existing construction to remain from damage
or displacement.
Carefully remove designated materials and equipment to be retained by Owner or
reinstalled. Store and protect materials and equipment to be reinstalled.
Ij
11
March 2013 10.01738-2 8235C10
pw:HCarollo/Documents/ClienVVVA/Renton/8235ClO/Specifications/10.01738 (BID) I
1.08 DEMOLITION
A.
Demolish designated structures or portions of structures and appurtenances in
orderly and careful manner.
B.
Assume possession of demolished materials, unless specified otherwise. Remove
demolished materials from site at least bi-weekly.
C.
Prevent airborne dust. Use water or dust palliative when necessary. Provide and
maintain hoses and connections to water main or hydrant.
'
D.
Do not burn materials on site.
E.
Immediately upon discovery, remove and dispose of contaminated, vermin -infested,
or dangerous materials by safe means so as not to endanger health of workers and
public.
F.
Rough grade areas affected by demolition.
G.
Remove demolished materials, tools, and equipment upon completion of demolition.
r1.09
REPAIR
A.
Repair damage caused by demolition.
PART
PRODUCTS
Not Used.
tPART
3
EXECUTION
3.01 COORDINATION
A.
Contractor to coordinate and notify Owner with two (2) weeks prior written notice
when ready for Puget Sound Energy to disconnect/remove electrical service at the
existing lift station facility.
3.02 EXAMINATION
A.
Verify existing conditions pertaining to demolition work.
3.03 PREPARATION
A.
Utilities:
1. Disconnect any remaining utility services.
2. Plug or cap cut pipes and conduits with removable plugs or caps acceptable to
Engineer.
'
B.
Protection:
1. Use saw cutting and other methods acceptable to Engineer to protect adjacent
facilities.
March 2013
10.01738-3 8235C10
pw://Carollo/Documents/ClienVWA/Renton/8235ClO/Specfications/10.01738
(BID)
2. Provide berms and other means acceptable to Engineer to keep drainage from
demolition areas.
3.04 DEMOLITION
A. General: Completely remove from project site structures specified or indicated on
the Drawings to be demolished.
1. Unless otherwise specified or indicated on the Drawings, demolition includes
removal of slabs, footings, and foundations, piping, conduits, and
appurtenances and backfilling of resulting voids with suitable excavated or
imported material, compacted to 95 percent relative density.
B. Raw Sewage:
1. Manually drain stagnant sewage in 8-inch diameter sanitary sewer force main
back to the lift station wet well.
2. Pump sewage from wet well to new gravity sewer.
C. Wet Well:
1. Remove access hatches and concrete top of structure.
2. Remove all appurtenances (piping, supports, equipment, cables, etc.) in the
existing structure.
3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of
structure..
4. Fill with sand and compact to 90 percent density per WSDOT Section
2-03.3(14)C. Approximate wet well dimensions: 10 foot diameter, 30 feet deep.
5. Abandon connecting sanitary sewer pipes per Special Provision Section
7-05.3(2)A.
D. Valve Vault:
1. Remove access hatches and concrete top of structure.
2. Remove all appurtenances (piping, supports, equipment, cables, etc.) in the
existing structure.
3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of
structure.
4. Fill with sand and compact to 90 percent density per WSDOT Section
2-03.3(14)C. Approximate valve vault dimensions: 8 feet by 10 feet by 7 deep.
5. Abandon connecting sanitary sewer pipes per Special Provision Section
7-05.3(2)A.
E. Emergency Storage Well:
1. Remove manhole and concrete top of structure.
2. Remove all appurtenances (piping, supports, equipment, cables, etc.) in the
existing structure.
3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of
structure.
4. Fill with sand and compact to 90 percent density per WSDOT Section
2-03.3(14)C. Approximate emergency storage well dimensions: 10 foot
diameter, 30 feet deep.
5. Abandon connecting sanitary sewer pipes per Special Provision Section
7-05.3(2)A.
March 2013 10.01738-4 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl O/Specifications/10.01738 (BID)
I
n
11
[1
1
1
F. Electrical Building:
1. Provide Owner written notice to coordinate disconnecting of electrical service
as previously specified in this Sub -Section. Electrical service shall be
disconnected prior to demolition work.
2. Remove all equipment and appurtenances from building (approximately 10
feet by 10 feet by 12 feet high), including all interior and exterior electrical
conduits, piping and supports attached to the building. Remove wire from
demoed conduits between electrical building and transformer (approximately
100 feet away). Cut and cap conduits and piping flush with finished grade.
3. Maintain structural integrity and condition of building during demolition.
Building will be used in the future. Repair/patch building as directed by the
1
Owner's Representative.
I
it
G. Hot Box:
1. Remove Hot Box, piping and accessories, and cap waterline below grade,
coordinate with City and King County Water District 90 prior to removal.
END OF SUB -SECTION
March 2013 10.01738-5 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235C10/Specifications/10.01738 (BID)
I
F�
I
1
1
I
1
1
March 2013 10.01738-6 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl0/Specifications/10.01738 (BID) I
SUB -SECTION 10.02900
LANDSCAPE GRADING
(TOP SOIL)
PART1 GENERAL
1.01 SUMMARY
A. This Sub -Section specifies provision of all materials, equipment, and labor necessary to
grade and prepare the project work area for installation of plantings, including salvage,
stockpile, and reuse of native topsoils; import and placement of amended topsoil; and
decompaction of topsoil in the work area.
1.02 REFERENCES
A.
Washington State Department of Transportation (WSDOT):
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
B.
U.S. Composting Council:
1. Seal of Testing Assurance (STA) Sample Collection Protocol.
i
2. Test Methods for the Examination of Composting and Compost.
C.
Washington Administrative Code WAC :
9 ( )
1. WAC 173-350 Composting Facilities.
D.
American Society for Testing and Materials (ASTM):
1. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)).
1.03 SUBMITTALS
A.
Salvaged Topsoil: Contractor shall submit a 1 cubic foot sample.
B. Imported Topsoil: Contractor shall submit a 1 cubic foot sample with supplier's certification
of material.
1 PART PRODUCTS
2.01 MATERIALS
A. Salvaged Topsoil:
1. Salvaged topsoil shall be native topsoil excavated from the pipeline trench.
2. Salvaged topsoil shall not be taken from a depth greater than 12 inches below the
ground surface.
3. Topsoil material acceptable for salvage and reuse shall include loam, sandy loam, or
gravelly loam. Glacial till or other material with a high clay or rock content not
conducive to plant growth shall not be used.
4. Remove stones, gravel, sticks, rubbish, and other extraneous matter over two inches
in diameter in any dimension.
March 2013 10.02900-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235C10/Specifications/10.02900 (BID)
5. Noxious weeds or weed parts shall not be allowed in salvaged topsoil.
B. Imported Topsoil:
1. Imported topsoil shall be used to supplement salvaged topsoil. A minimum of 6 inches
depth of imported topsoil shall be applied to reach finish grade along the entire
pipeline trench; the remainder of the topsoil used to backfill the pipeline trench may be
salvaged topsoil, imported topsoil, or a mixture of the two.
2. Imported topsoil shall be certified free of noxious weeds or other materials deleterious
to plant growth.
3. Imported topsoil shall contain 50% loam soil and 50% compost by volume.
PART 3 EXECUTION
3.01 TOPSOIL SALVAGE AND STOCKPILE
A. After the work area has been cleared of vegetation, Contractor may strip the native topsoil
from the pipeline trench excavation area and set it aside for reuse.
B. Topsoils outside of the excavated pipeline trench area shall not be scraped or used as
trench backfill material.
C. Salvaged and imported topsoil shall be stockpiled within the construction limits and outside
of streams or wetlands.
D. Contractor shall keep topsoil stockpiles covered with anchored tarps to prevent erosion and
weed infesMAtion.
3.02 PIPELINE TRENCH TOPSOIL BACKFILL
A. Contractor shall provide Engineer with samples of salvaged and imported topsoil for
inspection. Soils shall not be placed in the pipeline trench until they are approved by the
Engineer.
B. Topsoil shall be placed on top of the pipeline backfill as indicated on the Drawings. Soils
shall be placed in 6-inch lifts and mounded 4 inches high along the center of the trench to
accommodate settling.
3.03 SOIL DECOMPACTION
A. Loosen subgrade soil of planting areas to a minimum depth of 6 inches.
B. Spread six inch depth of topsoil. Work into top of loosened sub -grade to create a transition
layer.
C. Spread remainder of topsoil to establish grades.
D. Compact subgrade and topsoil fill at 85 percent maximum density per ASTM D1557.
E. Water thoroughly to assure moist soil condition prior to plant installation.
END OF SUB -SECTION
March 2013 10.02900-2 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specifications/10.02900 (BID)
I
I
r1
SUB -SECTION 10.02910
TEMPORARY EROSION AND SEDIMENT CONTROL
(STREAM FLOW DIVERSION)
PART1 GENERAL
1.01 SUMMARY
A. This Sub -Section specifies provision of all materials, equipment, and labor necessary for
temporary diversion of stream flow around in -stream work areas, in order to prevent
degradation of stream water quality and protect aquatic life during construction.
B. Related Sections/Sub-Sections:
1. The Contract Documents are complementary; what is called for by one is as binding
as if called for by all.
2. It is the Contractor's responsibility for scheduling and coordinating the Work of
subcontractor, suppliers, and other individuals or entities performing or furnishing any
of Contractor's Work.
3. The following Sections/Sub-Sections are related to the Work described in this Sub -
Section. This list of related Sections/Sub-Sections is provided for convenience only
and is not intended to excuse or otherwise diminish the duty of the Contractor to see
that the completed Work complies accurately with the Contract Documents:
a. Section 1-07.15 - Temporary Water Pollution/Erosion Control.
b. Section 8-01 - Erosion Control and Water Pollution Control.
1.02 REFERENCES
A. Washington State Department of Transportation (WSDOT):
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
B. Applicable project permits and conditions.
1.03 QUALIFICATIONS
A. The Owner's Representative shall be present onsite during installation of temporary stream
diversion equipment.
11.04 SUBMITTALS
A. Contractor shall develop and submit a temporary stream diversion and stream
reintroduction plan to the Engineer for review and approval. The plan shall be in
accordance with the Contract Drawings and will include a list of equipment and materials
proposed for use in the diversion system. The plan shall also include coordination with (1)
installation of the temporary equipment crossing and culvert, and (2) the Owner to arrange
for a qualified biologist to remove aquatic species from the stream during installation of the
diversion system. Construction, operation, maintenance and removal of the diversion
system shall ensure that aquatic species and water quality are not harmed.
B. The temporary stream diversion plan shall include (1) pumping of stream flows around the
work area prior to installation of the temporary equipment crossing and culvert, (2)
March 2013 10.02910-1 8235C10
pw://Carollo/Documents/Clien VWA/Renton/8235Cl0/Specifications/10.0291 O (BID)
diversion of stream flow through the temporary equipment crossing of the culvert
throughout the construction period, and (3) removal of all equipment and materials from the
stream following construction.
C. The Contractor shall not begin construction of stream diversion until approval of the
diversion plan has been given by the Owner's Representative. If the plan must be
subsequently modified to accommodate field conditions, the Contractor shall submit
modified plan to Engineer for review and approval prior to construction.
PART 2 EXECUTION
2.01 INSTALLATION
A. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs,
or water quality problems develop (including equipment leaks or spills), immediate
notification shall be made to the Washington Emergency Management Division at 1-800-
258-5990, and to the Area Habitat Biologist.
1
1
I
B. High visibility fencing shall be used to mark the upper and lower limits of in -stream work.
Fencing shall be installed prior to placement of stream diversion equipment. I
C. Cofferdams shall be placed above and below the limits of in -stream work to isolate the work
area from stream flows. Cofferdams shall consist of jute sacks filled with clean, washed
gravel in accordance with the Contract Drawings. The upstream cofferdam shall be
designed to direct flows through the temporary equipment crossing culvert throughout the
construction period.
D. A pump located upstream of the upper cofferdam shall be used to divert stream flow
around the work area. The pump intake shall be screened within the stream channel to
prevent intake of debris and aquatic life. Pump capacity shall be as indicated on the
Contract Drawings.
E. Diversion pump will be located outside of the stream channel and wetlands. Contractor will
be responsible for ensuring that fuels, oil, or other hazardous materials do not leak onto
stream banks or into surface waters during pumping.
F. Stream flows shall be pumped into a flexible pipe and routed around the work area prior to
installation of the temporary equipment crossing and culvert. Following installation of the
temporary equipment crossing and culvert, stream flows shall be diverted through the
temporary equipment crossing culvert, and the pump and flexible pipe shall be removed.
G. Visqueen or equivalent shall be placed in the stream channel at the point of discharge from
the diversion pipe to dissipate energy of discharged stream water and prevent scour of the
stream bed and banks.
END OF SUB -SECTION
March 2013 10.02910-2 8235C10
pw:HCarollo/Documents/ClienYWA/Renton/8235C10/Specifications/10.02910 (BID)
SUB -SECTION 10.02920
TRENCHING AND BACKFILLING
(STREAM CROSSING)
PART GENERAL
1.01 SUMMARY
A. This Sub -Section specifies provision of all materials, equipment, and labor necessary to
grade and restore the streambed over the pipeline trench crossing, and to install trench
plugs in the pipeline trench near the stream. The purpose is to minimize stream flow into
the trench after construction and to restore a natural substrate to the portion of the
streambed over the pipeline crossing.
1.02 REFERENCES
A. Washington State Department of Transportation (WSDOT):
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
B. American Society for Testing and Materials (ASTM):
1. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700
kN-m/m3)).
1.03 SUBMITTALS
A. Streambed sediment: The Contractor shall provide supplier's certification of material and
request the Engineer to inspect the load before it is placed in the streambed.
B. Washed sand: Contractor shall submit a 0.5 cubic foot sample with supplier's certification of
material.
PART PRODUCTS
2.01 MATERIALS
I A. Trench plugs, pipe bedding, backfill, and streambed sediment:
1. As indicated on the Drawings.
I
B. Washed sand:
1. Washed sand shall be clean and free of debris or materials deleterious to water
quality and aquatic life.
2. Sand shall be Backfill for Sand Drains in accordance with Section 9-03.13.
March 2013 10.02920-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235C10/Specifications/10.02920 (BID)
PART 3 EXECUTION
3.01 TRENCH PLUGS
A. Install after installation of pipeline and prior to pipe bedding and backfill.
B. Install trench plugs as indicated on the Drawings to minimize movement of water from the
stream channel through the pipe trench following construction.
C. Contractor shall enlarge pipeline trench excavation to the dimensions shown on the
Drawings prior to trench plug installation.
D. Trench plugs shall be allowed to cure, inspected and approved by Owner's Representative
prior to placing backfill on top of plugs and over pipe at stream crossing.
3.02 PIPE BEDDING
A. Install pipe bedding after trench plugs have been installed and allowed to cure.
B. Install in accordance with manufacturer's instructions.
3.03 BACKFILL
A. Backfill shall be placed on top of pipe bedding as shown on the Drawings.
B. All heavy equipment used to place or compact the backfill material shall operate from the
streambank or the temporary stream crossing.
C. Soil should be placed and compacted in 6-inch lifts.
D. Soil shall be compacted to 95% minimum dry density, modified proctor method (ASTM
D 1557).
3.04 STREAMBED SEDIMENT AND WASHED SAND
A. Contractor shall place streambed sediment onto the compacted backfill within the stream
channel, as shown on the Drawings. Contractor shall take measures to ensure sediment
placement does not damage underlying backfill layer; sediment shall be placed, not
dropped, in the channel.
B. Contractor shall spread washed sand over the streambed sediment, filling the spaces
between the streambed sediment.
C. Stream flow shall not be reintroduced to the work area until the Engineer approves
placement of streambed substrate materials.
D. Contractor shall be responsible for keeping trench plug material out of streams and
wetlands to protect water quality.
END OF SUB -SECTION
I
March 2013 10.02920-2 8235C10
pwl/Carollo/Documents/ Client/WA/Renton/8235C10/Specifications/10.02920 (BID)
I
SUB -SECTION 10.02930
MITIGATION LANDSCAPING
PART1 GENERAL
1.01 SUMMARY
A. This Sub -Section specifies planting of trees, shrubs, and groundcover; mulching; temporary
irrigation; cleanup; weeding; and one year of maintenance.
1.02 REFERENCES
A. This Sub Section Incorporates by reference the latest revision of the following documents.
These references are a part of this Sub -Section as specified and modified. In case of
conflict between the requirements of this Sub -Section and those of a listed document, the
requirements of this Sub -Section shall prevail.
1. American Nursery & Landscape Association:
a. ANSI Z60.1 American Standard for Nursery Stock.
b. ANSI A300 (Part 1) Tree, Shrub, and Other Woody Plant Maintenance —
Standard Practices (Pruning).
2. Association of Official Seed Analysts (AOSA):
a. Rules for Testing Seed.
3. Association of Official Analytical Chemist (AOAC):
a. Methods of Analysis 5th Ed.
4. U.S. Composting Council:
a. Seal of Testing Assurance (STA) Sample Collection Protocol.
b. Test Methods for the Examination of Composting and Compost.
5. Washington Administrative Code (WAC):
a. WAC 16-302 General Rules for Seed Certification.
b. WAC 173-350 Composting Facilities.
6. Washington State Department of Transportation (WSDOT):
a. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
7. ASTM International:
a. ASTM D 5199.
b. ASTM D 5261.
c. ASTM D 4595.
d. ASTM D 1388 mg -cm.
e. ASTM D 1117.
B. Additionally, for native plants the Contractor shall refer to the following documents:
1. Botanical identification and nomenclature of plant materials shall be based on
descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest."
2. Botanical identification and nomenclature of plant material not found in "Flora of the
Pacific Northwest' shall be based on Bailey in "Hortus Third" or superseding editions
and amendments.
March 2013 10.02930-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235ClO/Specfications/10.02930 (BID)
1.03 SUBMITTALS
A. Product data for seed mix, with supplier's certification of material, stating the botanical and
common name and percentage by weight of each species, and percentage of purity,
germination, and weed seed. Include the year of production and date of packaging.
B. Wood Chip Trail Surfacing: 1 cubic foot sample with certification of material.
C. Wood Chip Mulch: 1 cubic foot sample with certification of material.
D. Invoices for plant materials.
E. Invoices for irrigation, weed control, and other maintenance activities during the warranty
maintenance period. I
PART 2 PRODUCTS
2.01 MATERIALS
A. Materials are to be the product of firms regularly engaged in the cultivation of the specified
species or manufacture of a specified material.
B. Containerized Plant Material:
1. Size, genus, species, and quantity shall be as indicated and specified in the contract
drawings.
2. Plants cut back from large sizes to meet specified size will not be accepted.
3. Plants shall not have cuts over 1/4 inch in diameter that have not healed over.
4. Provide plants in full foliage when in leaf and of hardened growth. Cold storage stock
is not acceptable.
C. Live Stakes (Cuttings):
1. Live stakes shall be purchased from a nursery. No stakes shall be cut from the work
area or adjoining properties without prior approval of the Owner's Representative.
2. Live stake cuttings shall be 0.5 to 1 inch in diameter and a minimum of 48 inches long
3. Size, genus, species, variety/cultivar, and quantity shall be as indicated and specified
in the contract drawings.
4. Live stakes to be free of pests, disease, fungus, disfiguring knots, sun scalds,
abrasions of bark, broken tops, and other objectionable features.
D. Wood Chip Mulch:
1. Fine ground fir or hemlock bark, free from weed seeds, sawdust, splinters, or other
debris.
2. Shall not contain resin, tannin, wood fiber, or other compounds detrimental to plant
life.
3. Shall meet the following gradation requirements:
PERCENT PASSING
SIEVE SIZES
95%-100%
114 inch
80%-100%
No. 8
0%-80%
No. 35
March 2013 10.02930-2 8235C10
pw://Carollo/Documents/ClienVWA/Renton/8235Cl O/Specifications/10.02930 (BID)
E. Seed:
1.
Seed mix composition shall be as indicated on Contract Drawings.
2.
Seed Mix shall be fresh clean, dry new crop seed complying with AOSA Journal of
Seed Technology, "Rules for Testing Seeds" for purity and germination.
3.
Seed shall be furnished in standard containers on which the following information
shall be shown:
a. Species name (common and botanical).
b. Lot number.
c. Percentage of purity.
d. Percentage of germination.
e. Percentage of weed seed content and inert material.
f. Net weight.
F. Wood Chip Trail Surfacing:
1.
Animal -friendly, free from construction or other deleterious materials and suitable as a
trail surfacing material.
2.
Derived from cedar, Douglas fir, pine, or hemlock species.
3.
Chip size of Y-5".
4.
Color: no artificial dyes permitted.
5.
Free of debris, and seeds or plant parts of invasive and/or non-native species.
G. Coir Blanket:
✓1.
100% natural woven coir erosion control fabric, made from high strength natural fiber.
✓2.
Natural/earth tone.
3.
Thickness - .35 inches:
a. ASTM D 5199.
i4.
Mass per unit area (min) - 20.6 oz/sq yd:
a. ASTM D 5261.
5.
Wide width tensile strength (Dry MD x CD) - 1512 x 1032 Ibs/ft:
6.
a. ASTM D 4595.
Maximum elongation (Dry MD x CD) - 40% x 33%:
a. ASTM D 4595.
7.
Wide width tensile strength (Wet MD x CD) - 924 x 684 Ibs/ft:
a. ASTM D 4595.
8.
Maximum elongation (Wet MD x CD) - 69% x 34%:
a. ASTM D 4595.
9.
Flexural Rigidity (MD x CD) - 12896 x 8132 mg -cm:
a. ASTM D 1388 mg -cm.
10.
Water absorption - 146%:
a. ASTM D 1117.
11.
Open Area - 50%.
H. Coir Log:
1.
100% durable coconut (coir) fiber uniformly compacted with woven netting made of
bristle coir twine with a minimum tensile strength of 80 lbs.
2.
3.
Netting shall have nominal 2x2-inch openings.
Maximum length of 20 ft.
4.
Minimum density of 7 Ibs/cf.
5.
Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall
have a notch to secure the rope ties. Rope ties shall be made of/4-inch diameter
�
commercially available hemp rope.
March 2013
10.02930-3 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl O/Specifications/10.02930 (BID)
PART 3 EXECUTION
3.01 GENERAL
A. Prior to beginning work, Contractor shall examine the site conditions that will adversely
affect execution, permanence, quality of work, or survival of plants and seeding. Notify the
Owner's Representative of any conditions that may adversely affect project work.
B. Begin work only when conditions are consistent with accepted practice.
3.02 PLANTING OPERATIONS
A. General:
1. Notify the Owner's Representative at least 5 working days prior to the installation of
plant materials to make arrangements for inspection and acceptance of materials.
B. Containerized Plant Material:
1. Plants shall be installed during the fall/winter rainy season, between October 1 and
March 1. Planting at other times shall only by done by written permission by the
Owner's Representative and only if an automatic irrigation system is available at the
.site at the time of planting.
2. Obtain Owner Representative's approval of plant material prior to planting. Remove
rejected plants from the project site immediately.
3. All circling roots shall be loosened to ensure natural directional growth after planting.
4. Planting pits for trees and shrubs shall be excavated so that the vertical sides and the
depth of the pit accommodate the roots and soil found within each plant container.
Scarify sides of planting pits to allow for root expansion, and tamp bottoms of planting
pits to prevent plants from settling. Set plant material in the planting pit to proper
grade and alignment. Plants shall be upright and plumb.
5. Planting pits shall be excavated using hand tools; no gas -powered equipment shall be
used.
6. Backfill planting pit with native topsoil and tamp into place with foot. If more soil is
needed to meet final grade in the planting pit, prepared topsoil may be added to the
top of the back -filled native soil.
7. Do not stake trees and shrubs unless the plant cannot remain straight and upright
without staking.
8. Confine work to designated areas. Do not disturb existing vegetation outside project
limits. Do not allow motorized vehicles within the planting area.
9. Fertilizers shall not be used.
C. Live Stakes (Cuttings):
1. Live stakes (cuttings) shall be installed after October 1 and prior to December 31 of
the year of pipeline installation.
2. Install live stakes as shown on Contract Drawings.
3. Live stakes shall be kept covered and damp at all times until installation.
D. Wood Chip Mulch:
1. Apply as shown in the Contract Drawings.
2. Mulch shall not come in contact with base or stems of trees or shrubs.
E. Seed:
1. Seed shall be applied in areas of soil between plantings, not covered.by wood chip
mulch.
March 2013 10.02930-4 8235C10
pw://Carollo/Documents/ClientNVA/Renton/8235ClO/Specifications/10.02930 (BID)
2. Apply seed at rates shown on Contract Drawings.
3. Seed shall be applied by hand and raked into the top'/2 inch of the soil surface.
F. Wood Chip Trail Surfacing:
1. Stake proposed wood chip trail areas on the ground. Trail configuration shall be
approximately as shown on Contract Drawings but does not need to be surveyed.
2. Owner's Representative shall approve staked trail area prior to application of wood
chip trail surfacing.
3. Wood chip trail surfacing shall be applied to a depth of 6 inches. Wood chips shall be
evenly raked across the trail area.
G. Coir Blanket:
1. Install coir blanket as specified on the Contract Drawings.
H. Coir Log:
1. Install coir log as shown on the Contract Drawings.
3.03 INSPECTION AND APPROVAL
A. Upon completion of the initial planting within a designated area, the Owner's
Representative will make an inspection of all planting work and notify the Contractor, in
writing, of any corrective action necessary to comply with the Contract Provisions. The
Contractor shall correct unsatisfactory conditions.
B. Cleanup: During construction, maintain landscaped and staging areas in a clean, neat, and
orderly manner at all times.
3.04 WEEDING
A. Prior to installation of plant material, Contractor shall remove from the site all Himalayan
blackberry, Scot's broom, knotweeds, and any Class A non-native invasive plant species
listed on the most current King County Noxious Weed List.
B. Weeding shall be performed by hand and includes removal of all parts of the invasive weed
plant, including roots, stems, leaves, flowers, and fruits.
C. Dispose of weeds offsite, at a legal disposal site.
3.05 TEMPORARY IRRIGATION
A. Contractor shall be responsible for providing water to all installed plantings during the dry
season of the first year warranty period following installation. The dry season is considered
to be May 15 through October 15.
B. Plantings shall receive a minimum of 1 inch of water per week during the period from May
15 through October 15 of each year. Irrigation may be suspended during weeks of sufficient
rainfall, with prior approval of the Owner's Representative. Water shall be applied in a 24-
inch diameter circle around each plant, and throughout all seeded areas.
C. Water shall be provided to the plantings using a water truck. Work includes supplying water
and all equipment necessary to deliver water to the plantings. Damage that occurs as a
result of watering operations shall be promptly (within two calendar weeks) repaired or
replaced at Contractor's expense.
March 2013 10.02930-5 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235Cl O/Specifications/10.02930 (BID)
3.06 WARRANTY AND REPLACEMENT
A. During the initial planting installation, Contractor shall remove and immediately replace all
plants determined to be unsatisfactory by the Owner's Representative.
B. Contractor will warranty all plant material (100 percent) to remain alive and be in healthy,
vigorous condition for a period of one (1) year after the date of final acceptance by the
Owner's Representative at the completion of planting. See additional requirements in
Paragraph 3.07 Site Maintenance below.
C. Contractor will replace, in accordance with the Contract Drawings and Specifications, all
plants that are dead or, as determined by the Owner's Representative, are in an unhealthy
or unsightly condition, and have lost their natural shape due to dead branches, or other
causes. The cost of such replacement(s) is at the Contractor's expense. Warranty for
replacement plants shall extend for one (1) year after installation of the new plant, unless
otherwise specified.
D. Warranty shall not include damage or loss of trees or shrubs caused by fires, floods,
freezing rains, lightning storms, or winds over 75 MPH, winter kill caused by extreme cold
and severe winter conditions not typical of planting area; acts of vandalism; or negligence
on the part of the Owner.
3.07 SITE MAINTENANCE
A. Contractor shall be responsible for maintenance of the installed plantings throughout the one
year warranty period, beginning upon date of final acceptance by the Owner's Representative.
B. Maintenance activities during the one year warranty period shall include the following:
1. Weed control as specified in Paragraph 3.04 Weeding, above. Weeding shall occur
prior to plant installation and then twice annually (spring and fall).
2. Irrigation following plant installation as specified in Paragraph 3.05 Temporary
Irrigation, above.
3. Removal of trash and debris from within the planted area.
4. Replacement of woodchip mulch around installed plants as needed in order to
maintain a minimum 4-inch-deep mulch ring around the plantings throughout the
maintenance period.
5. Other maintenance activities as directed by a qualified biologist retained by the City of
Renton during monitoring of the site.
END OF SUB -SECTION
March 2013 10.02930-6 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl O/Specifications/10.02930 (BID)
SUB -SECTION 10.15052
BASIC PIPING MATERIALS AND METHODS
PART1 GENERAL
1.01 SUMMARY
A. Sub -Section includes: Basic piping materials and methods and buried pipe
identification including the following:
1. Underground warning tape.
2. Tracer Wire.
B. Related Sections/Sub-Sections:
1. The Contract Documents are complementary; what is called for by one is as
binding as if called for by all.
2. It is the Contractor's responsibility for scheduling and coordinating the Work of
subcontractors, suppliers, and other individuals or entities performing or
furnishing any of Contractor's Work.
3. The following Sections/Sub-Sections are related to the Work described in this
Sub -Section. This list of Related Sections/Sub-Sections is provided for
convenience only and is not intended to excuse or otherwise diminish the duty
of the Contractor to see that the completed Work complies accurately with the
Contract Documents:
a. Section 9-05.12 — Polyvinyl Chloride (PVC) Pipe.
1.02 REFERENCES
A. American Society of Testing and Materials (ASTM):
1. F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity
Sewer Lines Using Low -Pressure Air.
B. Washington State Department of Transportation (WSDOT):
1. Standard Specifications for Road, Bridge, and Municipal Construction 2010.
1.03 DEFINITIONS
A. Buried pipe: Pipe that is buried in the soil, or cast in a concrete pipe encasement
that is buried in the soil.
B. Exposed pipe: Pipe that is located above ground, or pipe that is located inside a
structure, supported by a structure, or cast into a concrete structure.
C. Underground piping: Piping actually buried in soil or cast in concrete that is buried in
soil.
1.04 SUBMITTALS
A. Submit following:
1. Product data.
March 2013 10.15052-1 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235ClO/Specifications/10.15052 (BID)
2. Manufacturer's installation instructions.
3. Operation and Maintenance Data.
4. Warranty.
PART PRODUCTS
2.01 BURIED PIPELINE IDENTIFICATION
A. Underground warning tape:
1. Manufacturer: One of the following or equal:
a. Seton Name Plate Company, Branford, CT.
b. T. Christy Enterprises, Inc.
2. Material:
a. Polyethylene tape for prolonged underground use.
b. Minimum tape thickness: 4 mils.
c. Overall tape width: 6 inches.
d. Message: "CAUTION" with the name of the service followed by "LINE
BURIED BELOW." in black lettering on colored background in accordance
with approved APWA colors:
1) Water: Blue.
2) Sewer: Green.
3) Telephone: Orange.
4) Gas and other services: Yellow.
B. Tracer Wire:
1. Manufacturers: One of the following or equal:
a. Kris -Tech Wire.
b. Corrpro.
2. Materials: One of the following or equal:
a. Solid copper conductor with 30 mil HMWPE.
b. 10 gauge or thicker wire.
c. Match insulation color to the color of the pipe being installed.
PART 3 EXECUTION
3.01 BURIED PIPING IDENTIFICATION
A. Underground warning tape:
1. Place continuous run of warning tape in pipe trench, 12 inches above the pipe.
B. Tracer wire:
1. Install on all non-metallic pipe.
2. Install an electrically continuous run of tracer wire along the entire length of the
pipe with wire terminations in valve boxes, vaults, or structures. Provide
additional protection as required to ensure an electrically continuous run when
tracer wire is encased in concrete or CLSM.
3. Install tracer wire on top of the pipe and secure to pipe with tape a minimum of
every 10 feet.
4. Where approved by the Engineer, splice sections of wire together using
approved direct bury wire nuts.
March 2013 10.15052-2 8235C10
pw://Carollo/Documents/ClienYWA/Renton/8235Cl0/Spec cations/10.15052 (BID)
t
1
a. Twisting the wires together is not acceptable.
3.02 CLEANING
A. Piping cleaning:
1. Upon completion of installation, clean piping interior of foreign matter and
debris. Perform special cleaning when required by the Contract Documents.
3.03 FIELD QUALITY CONTROL
A. Tracer Wire:
1. Contractor shall test tracer wire to confirm it is electrically continuous after
installation and backfill of pipeline. Where tracer wire is not electrically
continuous, Contractor shall replace at no cost to the Owner.
END OF SUB -SECTION
March 2013 10.15052-3 8235C10
pw://Carollo/Documents/Client/WA/Renton/8235ClO/Spec cations/10.15052 (BID)
f�
ri
1
March 2013
10.15052-4
pw://Carollo/Documents/Client/WA/Renton/8235ClO/SpecTcations/10.15052 (BID)
8235C10
11
1
STANDARD PLANS
d
1 City of Renton
East Renton Lift Station Elimination
Standard Plans List
The Standard Plans for this project are comprised of City of Renton and Carollo Standard
Plans. The Standard Plans included are listed below.
City of Renton Standard Plans:
• 213.10
Waterway Installations
• 400.1
Standard Sanitary Manhole
• 401
Manhole Frame and Cover
• 404.2
Sewer Manhole Marker Post
• 405
Pipe Bedding for Sanitary Sewers
�,
• 410
Air Test Table (Low Pressure) for Sanitary Sewers
Carollo Standard Plans:
• C200 Tracing Wire Station
• P015 Pipe Trench Concrete Cut-off Wall
• S188 Caulking Groove
NOTES I E-d I (-) f -� I El I (-
1. CONDITION OF USE I II -III-
1.1. FOR PERMANENT STABILIZATION OF SLOPES 2H:1V OR GREATER AND WITH MORE THAN 10 FEET OF VERTICAL RELIEF.
1.2. IN CONJUNCTION WITH SEED FOR FINAL STABILIZATION OF A SLOPE, NOT FOR TEMPORARY COVER, HOWEVER, THEY MAY BE USED FOR
TEMPORARY APPLICATIONS AS LONG AS THE PRODUCT IS NOT DAMAGED BY REPEATED HANDLING.
1.3. THE APPLICATION OF APPROPRIATE NETTING OR BLANKET TO DRAINAGE DITCHES AND SWALES CAN PROTECT BARE SOIL FROM CHANNELIZEO
RUNOFF WHILE VEGETATION IS ESTABLISHED. NETS AND BLANKETS CAN ALSO CAPTURE GREAT DEAL OF SEDIMENT DUE TO THEIR OPEN,
POROUS STRUCTURE. SYNTHETIC NETS AND BLANKETS MAY BE USED TO PERMANENTLY STABILIZE CHANNELS AND MAY PROVIDE A
COST-EFFECTIVE, ENVIRONMENTALLY PREFERABLE ALTERNATIVE RIPRAP.
2. DESIGN AND INSTALLATION SPECIFICATIONS
2.1. JUTE MATTING MUST BE USED IN CONJUNCTION WITH MULCH. EXCELSIOR, WOVEN STRAW, BLANKETS, AND COIR (COCONUT FIBER) BLANKETS
MAY BE INSTALLED WITHOUT MULCH. OTHER TYPES OF PRODUCT WILL BE EVALUATED INDIVIDUALLY.
2.2. PURELY SYNTHETIC BLANKETS ARE ALLOWED, BUT SHALL ONLY BE USED FOR LONG-TERM STABILIZATION OF WATERWAYS. THE ORGANIC
BLANKETS, ARE BETTER FOR SLOPE PROTECTION AND SHORT-TERM WATERWAY PROTECTION
3. MAINTENANCE STANDARDS
3.1. GOOD CONTACT WITH THE GROUND MOST BE MAINTAINED, AND THERE MOST NOT BE EROSION BENEATH THE BET OR BLANKET.
3.2. AREAS OF THE NET OR BLANKET THAT ARE DAMAGED OR NOT CLOSE CONTACT WITH THE GROUND SHALL BE REPAIRED AND STAPLED.
3.3. IF EROSION OCCURS DUE TO POORLY CONTROLLED DRAINAGE, THE PROBLEM SHALL BE FIXED AND THE ERODED AREA PROTECTED.
�Y
�� PUBLIC WORKS WATERWAY INSTALLATIONS STD: PLAN = 213.10
DEPARTMENT
FN,�p MARCH 2O08
11
11
I
I
7'
ps
NOT TO SCALE
MANHOLE FRAME AND COVER
SEE STD. PLAN 401
ADJUSTMENT RINGS (2" MIN.)
SEE NOTE 6
MORTAR JOINT(S) (3/8" MIN.)
SEE NOTE 5
CONE (ECCENTRIC)
RUBBER GASKETED JOINTS IN
ACCORDANCE WITH ASTM C-443
STEPS - POLYPROPYLENE STEPS
SHALL BE INCLUDED
CONCRETE RISER BY PIPE INC.,
OR APPROVED EQUAL.
LADDER -POLYPROPYLENE
SHALL BE ATTACHED TO MANHOLE
MAX. PIPE SIZE - 'E'
CONCRETE SHELF
PRECAST BASE SECTION
OR CAST IN SHELF.
'A'
'B'
'C'
'D'
'E'
48" MH
48"
6" MIN.
5"MIN
24" MIN.
21" I.D.
54" MH
54"
8" MIN.
5.5" MIN.
24" MIN.
24" I.D.
60" MH
60"
8" MIN.
6" MIN.
42" MIN.
30" I.D.
NOTES:
1. STEPS TO BE POLYPROPYLENE SAFETY STEPS.
2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING SHALL BE PER STD. PLAN 401.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS BETWEEN THE CONE, RISER RINGS, BRICKS AND CASTING SHALL BE GROUTED.
6. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF
ADJUSTMENT RINGS, BRICKS AND MORTAR QNLY, BRICKS SHALL BE STAGGERED TO CREATE A RUNNING
BOND OR 1/2 BOND. THE USE OF SHIMS IS PROHIBITED.
7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443.
9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE.
10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR
APPROVED EQUAL.
11. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12"
ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RINGS POURED AT GRADE.
IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING.
4�Y ° PUBLIC WORKS
' DEPARTMENT STANDARD SANITARY MANHOLE STD. PLAN - 400.1
SEPTEMBER 2011
B❑LTH❑LES - 3 PLCS
EQUALLY SPACED 120'
APART ON 23 1/16' (586mm)
DIA B,C, (SEE DETAIL)
RENTO�
SEWER
mm rm use
COVER & FRAME
PLAN VIEW
25' DIA.
[635mml 1'
3/4' C25mml
[19mml
8 3/4' L 2 1/2-
[222mml [64mml
TYP
COVER SECTION VIEW
26 1/2' DIA
[673mml
25 1/4' DIA
[641mml 1 1/16'
1/4' (6mm) DIA (27mml
NEOPRENE GASKET
6'
�=E
C152 Mm7
5/8' 23 3/8' DIA CL OPEN
116mm) [594mm)
27 5/16' DIA
C694mml
34 1/8' DIA
[867mml NOTES:
COVER BOTTOM VIEW
(3) BLT S❑C. (ALLEN HEAD)
5/8'-11 X 1.5 SS
RUBBER WASHER
EON BOLTING DETAIL
i/4' 1 1/16'
[6mn] (' [27mm)
1/8' L
[3mm3
1/8'
[R3mml
GASKET GROOVE DETAIL
FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST
JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL.
2. USE FRAME AND COVER FOR STORM (SPECIFY
"DRAIN" ON COVER), SANITARY (SPECIFY
"SEWER"), OR WATER (SPECIFY "WATER").
STD. PLAN - 401
PUBLIC WORKS MANHOLE FRAME AND COVER
DEPARTMENT
Fo DECEMBER 2008
1
1
1
1
1
3�
1-1
3"
T
MIN.
WIDTH
WHITE POST
+ 62"
-1='I
:Ili if
=i I I=2 4„
SEWER MANHOLE MARKER POST
SEWER MANHOLE MARKER NOTES:
SEWER MANHOLE MARKER POST SHALL BE EQUAL TO
CARSONITE UTILITY MARKER
SEWER MANHOLE MARKER POST TO BE USED FOR
SANITARY SEWER MANHOLES IN UNIMPROVED AREAS.
SEWER MANHOLE MARKER POST SHALL IDENTIFY THE
MANHOLE AS "SANITARY SEWER".
�Y
PUBLIC WORKS SEWED MANHOLE MARKER POST STD. PLAN — 404.2
DEPARTMENT
ENTo SEPTEMBER 2011
W (SEE NOTE 7) --- LIMITS OF PIPE ZONE
1'-0"
BEDDING MATERIAL FOR /� I
SANITARY SEWER PIPE O.D. OF PIPE
(SEE NOTE 5) /
FOUNDATION LEVEL
L
BEDDING FOR SANITARY SEWER PIPE
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE
STANDARD SPECIFICATIONS.
5. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS"
AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD
SPECIFICATIONS OR PEA GRAVEL.
6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW
LINE IS MAINTAINED.
7. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE
STANDARD SPECIFICATIONS.
� Y —
PUBLIC WORKS PIPE BEDDING SM. PLAN 405
DEPARTMENT FOR SANITARY SEWERS
�FtvTo OCTOBER 2012
LENGTH FT'
w 0
a 50
100
k' 150
w 200
0
250
300
Z 350
co 400
450
LENGTH FT'
a 0
n 50
w 100
w 150
m 200
0 250
z 300
350
0 400
450
LENGTH FT`
w 0
d
d 50
0: 100
w
w 150
200
a 250
z 300
w 350
400
450
LENGTH FT'
w 0
d
a 50
w 100
w 150
200
a 250
z TO -0
350
400
450
6 IN. DIAMETER PIPE
0
50
100
150
200
250
300
350
400
450
500
0
80
160
236
316
396
476
556
632
680
680
140
220
300
380
456
536
616
696
712
708
708
280
360
440
520
600
676
748
744
736
732
728
424
500
580
660
740
780
772
764
756
748
744
564
644
720
800
808
796
788
780
772
764
760
704
1 784
1 856
836
1 820
808
800
792
784
776
772
860
844
832
820
808
800
792
788
780
884
868
852
840
828
820
808
804
796
788
18441880
888
872
856
844
836
824
816
808
804
796
888
876
860
852
840
832
824
816
808
804
TIME SECONDS
6 IN. DIAMETER PIPE
0
50
100
150
200
1 250
300
350
4001
450
500
0
80
160
236
316
396
476
556
632
680
680
220
300
380
456
536
616
696
768
760
752
744
440
520
600
676
756
836
840
828
812
804
792
660
740
820
896
932
908
888
868
856
840
832
880
960
1028
992
964
940
920
900
888
872
860
1100
1084
11044
1012
988
964
944
928
912
900
1 888
1132
1092
1056
1028
1004
984
964
948
932
920
908
1132
1096
1068
1040
1016
996
980
954
948
936
924
1132
1100
1076
1052
1028
1008
992
976
964
952
940
1132
1104
1080
1056
1036
1020
1004
988
976
964
952
TIME SECONDS
b IN. DIAMETER PIPE
0
50
100
150
200
1 250
300
1 350
400
450
500
0
80
160
236
316
396
476
1 556
632
680
680
316
396
476
556
632
712
832
816
804
804
792
632
712
792
872
952
984
952
928
908
888
876
952
1028
1108
1132
1088
1052
1020
992
972
952
936
1268
1284
1224
1176
1132
1100
1068
1044
1020
1000
984
1360
1300
11248
1204
1164
1132
1104
1080
1056
1036
1020
1360
1308
1264
1224
1192
1160
1132
1108
1088
1068
1052
1360
1316
1276
1240
1208
1180
1156
1132
1112
1096
1076
1360
1320
1284
1252
1224
1200
1176
1152
1132
1116
1100
1360
1324
1292
1264
1236
1212
1192
1168
1152
1132
1116
TIME SECONDS
6 IN. DIAMETER PIPE
0
50
100
150
200
1 250
300
1 350
400
450
500
0
80
160
236
316
396
476
556
632
680
680
496
576
652
732
812
892
972
948
924
900
884
988
1068
1148
1228
1248
1192
1144
1104
1072
1044
1020
1484
1564
1484
1408
1344
1292
1248
1208
1172
1144
1116
1700
1608
1532
1464
1408
1360
1316
1280
1248
1216
1192
1700
1624
11560
1504
1452
1408
1368
1332
11304
1272
11248
1700
1636
1580
1532
1484
1444
1408
1376
1344
1316
1292
1700
1596
1552
1512
1472
1440
1408
1380
1352
1328
1700
�1652
1608
1568
1532
1496
1464
1436
1408
1384
1360
1700
1616
1580
1548
1516
1484
1460
1432
1408
1388
TIME SECONDS
PROCEDURE:
SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G.
ALLOW 2 MINUTES FOR STABILIZATION, ADDING
AIR AS REQUIRED TO STABILIZE THE PRESSURE
AT 4.0 P.S.I.G.
ALL SEWER PIPE SHALL MEET A MINIMUM AIR
PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES
WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS
OF PRESSURE, THEN THE TIME OF THE DROP FROM
3.5 P.&LG. TO 2.5 P.S.I.G. SHALL NOT BE LESS
THAN THE TIME SHOWN ON THE ABOVE TABLES.
Y
AIR TEST TABLE STD. PLAN - 410
* f�+ PUBLIC WORKS ( LOW PRESSURE)
�,� J� DEPARTMENT FOR SANITARY SEWERS MARCH 2O08
TOP OF COVER TO -
BE IMPRINTED WITH
LOGO "TRACING WIRE
STATION"
FINISH GRADE
PROVIDE I.D. TAGS -
INDICATING THE PIPE
AND DIRECTION OF
THE WIRE (TYP)
PLASTIC CONDUIT
BUSHING (TYP)
BOX TO SET IN 6" -
MINIMUM PEA GRAVEL
PLASTIC CONDUIT
BUSHING (TYP)
PIPELINE
C200
TYP .
PROVIDE PIGTAIL FOR
EACH LOCATOR WIRE
(TYP)
jo
00
o°oo
0 0
0°0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O C
0 0 0 0 0 0 00o 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 C
0 0 0 0 0 0 0 0 0 0
00000
t00000non000n-1 ovo�0�0�0�c
PROVIDE SUFFICIENT
SLACK IN ALL WIRES
TO ALLOW WIRES TO
BE LIFTED 2'-0" OUT
OF TEST BOX (TYP)
SERVICE BOX CHRISTY
NO. N16BOX OR EQUAL
WITH OPEN BASE AND
HEAVY DUTY STEEL
COVER OR CAST IRON
COVER
2" DIA x 3'-0" LONG
SCH 40 PVC TUBING
(TYP)
PROVIDE 12" MINIMUM
SLACK IN LOOPS IN
WIRES (TYP)
2 - #10 AWG COPPER
WIRES WITH WHITE XHHW
INSULATION FROM PIPELINE
(TYP)
PROVIDE 12" MINIMUM
SLACK IN LOOPS IN
WIRES (TYP)
PLACE TRACING
WIRES TO PIPE IN
ACCORDANCE WITH
SUB -SECTION
10.15052
TRACING WIRE STATION
06-10-09
UNDISTURBED \/
SOIL (TYP) A �/ \
tV
3/4 "
NOTES:
EXISTING CONCRETE NEW CONCRETE
1. FOR WALLS, FORM THE JOINT EDGE WITH 1/4" CHAMFER.
2. FOR SLABS, EDGE JOINT EDGES AT 1/4" RADIUS.
S 188 I CAULKING GROOVE
TYP
A " '< WITH SYNTHETIC
ER SEALING COMPOUND
SEE NOTES 1 AND 2
BOND BREAKER TAPE
:ONSTRUCTION JOINT
08/01 /05
co.
1