HomeMy WebLinkAboutWTR2700323(3) W-323 ROLLING HILLS ELEVATED TANK WTR-11 1+
#3 Specifications
ullelowBEGINNINrac
� '�t
OF FILE
FILE TITLE OYIUI/W
0� 3
Took
*3 *eige4iogo
-4f
CONTRACT DOCUMENTS
( � FOR THE CONSTRUCTION Of
ROLLING HILLS
ELEVATED TANK
CITY OF RENTON
WASHINGTON
APRIL 1969
JLIL = 1969
CORNELL, HOWLAND, HAYES 3 MPRRYFIELD
Engineers and Planrers
SEATTL, CORVALUS WISE PORTLAND
ADOENDUM NO. l
to the
CONTRACT DOCUMENTS
for the construction of
ROLLING HILLS ELEVATED TANK
CITY OF RENTON, YASHINDTCN
To '11 Planholders: S May 1969
Gentlemen: 55353.1
The following changes, additions, and/or deletions are hereby made a '
part of the Contract Documents for the construction of Rolling Hill,
Elevated Tang: dated April 1969, as fully and completely as if the same were
fully set forth therein:
1. The bid opening is postponed until 2:00 p.m., Pacific Daylight
Tine, 23 May 1969.
2. Special Specifications, Page 14, FOUNDATIONS. , Change static
load bearing value from 3,500 psf to 4,500 psf and dynamic
load bearing value from 5,000 psf to 6,000 psf.
All bidders shall acknrn:ledge receipt and acceptance of this Addendur. No. 1
by signing in the space provided and submitting the signed Addendum with the
bid. Bids submitted without this Addendum will be consid^red informal.
Very truly yours,
w
CORNELL, HO'WLAND, HAYES 6 MERPYrIELD
Michael E. Hamilton
Receipt acknowledged and conditions
agreed to this _ I,J; day of _AM6f
1969.
aAj
i'dder��x yc+f_12e c a</reG J f40./ G.,
A0 de
RECEIVED
Mry i; 1%9
p w ,r < •,tH
•�u
1` WT
ADDENDUM NO. 1
to the
CONTRACT DOCUMENTS
for the construction of
ROLLING HILLS ELEVATED TANK
CITY OF RENTON, WASHINGTON
To All P'anholders: 5 May 1969
Gentlemen: S5353.1
The following changes, additions, ind/or deletions are hereby made a
part of the Contract Documents for the construction of Rolling Hills
Elevated Tank dated April 1969, as fully and completely as if the same were
fully set forth therein:
1. The bid opening is postponed until 2:00 p.m., Pacific Daylight
Time, 23 May 1%9.
2. Special Specifications, Page 14, FOUNDATIONS. , Change static
load bearino value from 3,500 psf to 4,500 psf and dvramic
load bearing value from 5,00n psf to 6,000 Dsf.
All bidders shall ac' wledge receipt and acceptance of this Addendum No. 1
by signing in the space P sided and submitting the signed Addendum with the
bid. Bids submitted without this Addendum will be considered informal.
Very truly yours,
CORNELL, HOWLAND, HAYES 6 MERRYFIELD
mUn. E j4j/".
Michael E. Hamilton
Receipt acknowledged and con6itions
agreed to this 23_day of Mai_
1969.
BPi_i tttsburgh_Des Moines Steel Lompm Ty -1 c
_I. JUL S
CITY OF RENTON
WASHINGTON
CONTRACT DOCUMENTS
for the construction of the
ROLLING HILLS ELEVATED TANK
a en•
Consisting of:
Form of Bid Bond
Advertisement for Bids
Form of Proposal
Form of Cw,act
Form of Performance Bond
Information for Bidders
Special Provisions
General Conditiors
Special Specifications
Plans
a*aa
Cornell , Howland, Hayes 6 Merryfield
Engineers and Planners
Seattle, Washington
April 1569
Record No. 5353.1 Copy No. G
JUL 15
TABLE OF CCNTENTS
Page
BID BOND Bid Bond 1
ADVERTISEMENT FOR BIDS Adv. I
PROPOSAL Proposal 1
CONTRACT FOR CONSTRUCTION Contract I
NON-COLLUSION AFFIDAVIT
PERFORMANCE BOND P. Bond 1
INFORILATION FOR BIDDERS Info.
General Uescription of the Project I
Contract Documents 1
Plans I
Type of Proposal 1
Preparation of Proposals 2
Washington State Sales Tax 2
Submission of Proposals 2
Telegraphic Modification or Withdrawal of Proposal 2
Bid Security 2
Conditions of Work 3
Payments 3
Award of Contract 3
Basis of Award 3
Execution of Contract 3
Performance Bond 4
Failure to Execute Contract and Furnish Bond 4
Time of Completion 4
Registration Requirements for Contractors I 4
SPECIAL PROVISIONS Sp. Prov.
Specification Foi mat I
Revisions to the General Conditions I
Location and Plans I
Payment of Not Less Than Prevailing Wage Rates I
Substitution of Materials i
Termination Because of a National Emergency 2
Claims 2
Notice of Claim for Deljy 2
No Waiver of Rights 2
Staking Out the Work 2
CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT
MI?IIMUM WAGE RATES
MINIMUM WAGE AFFIDAVIT FORM
t
r J 70rQ
j l.L
TABLE OF CONTENTS (Cont'd.)
page
GENERAL CONDITIONS Gen. Cond.
Definitions I
Contract Documents I
The Engineer 3
The Contractor and His Employees 5
Progress of the Work 10
Payment 13
SPECIAL SPECIFICATIONS Sp. Specs.
Foreword 1
DIVISION 1 - GENERAL REQUIREMENTS
IA. General Requirements 3
DIVISION 2 - SITE WORK
2A. Earthwork 5
2B, Chain Link Fence 8
DIVISIONS 3 thru 8 - Not Used
DIVISION 9 - FINISHES
9A. Painting 10
DIVISIONS 10 thru 12 - Not Used.
DIVISION 13 - SPECIAL CONSTRULrION
13A. Elevated Steel Water tank 14
DIVISION 14 - Not Used.
DIVISION 15 - MECHANICAL
15A. Gate Valves 18
15B.. Pipe and Cast Iron Fittings 19
DIVISION 16 - ELECTV CAL
16A. Electrical 22
STANDARD SPECIFICATIONS FOR REINFORCED CONCRETE
PLANS
BtMd No 6083531 w+t w
BID BOND
KNOW Al: MEN BY THESE PRESENTS, that F'TTt,$'n'n-M" Dori g1 M X$Tim
A PENNSYL+AL'IA COR"rORATION hereinafter called the Principal,
and i%Eiiqu, S ".`t1' IIISURA P CO`Ti'ANY a corporation duly organized
under the laws of the State of CAL` NV having Its principal ..
piece of business at SAN FRMI ISOO In the State of
CALIFORNIA and authorized to do buslnt s in the State of
Washington, as Surety, are held and firmly bound unto the =_' OF R0150N,
_WASHMNICT T, hareinafter caned the Obligee in the penal sum of
FIVE FERC . (i'3) nF -HE MTAL AMEX BID Dollars
for the payment of which, wall and truly to be made, we bind ourselves, uur
heirs, executors, administrators, successors and assigns, Jointly and sever-
ally, firmly by these presents.
The condition of this Bond is such that, whereas, the Principal herein
is herewith submitting his or its Bid Proposal for
3no,oti - 400,000 - OR - 50O,UCC GAi,W% ELEVK111) AM7
said Did Proposal, by reference thereto, being hereby made a part ne reof.
NOW, THEREFORE, if the said Bid Proposal submitted by the said Principal
be accepted, and the Contract be awarded to said Principal, and If the said
Principal shall e;acute the proposed Contract and shail furnish the Perform- ,.
once Bond as required by the Bidding and Contract Documents within the ties
fixed by said Documents, then this obligation shall be void, if the Principal
shall fail to execute the proposed Contract and furnish the Performance Bond,
the Surety shall forfeit the above-mintlor-d penal sun as liquidated damages.
Signed and sealed this day of
ITtti}a'90R-DE.. ,r T' ; ;TEEL OOMPANY
Frincipa r,
Dy C. IL n.1109—AA,.bb
FIRVAfilz,
Countersigned: SUre ty
Resident Agent Attornoyin-Faict
The Attorney-in-Fact (Resident Agent), who executes this Bond in behalf
of the Surety Company, must attach a :Opy of his Dower-of-attorray as evi-
dcrca of his authority.
#A#P
Bid bond -1-
W
- • a3
VERIFICATION OF INSURANCE
PITTSBURGE-DES MOINES STEEL COMPANY
NEVILLE iMAND
PITTSBURGH, PEiNSYLVANIA 15225
Date June 27, 1969
This is to certify that Pittsburgh-Des Moines Steel Company and subsidiary companies
are, at the date of this certificate, insured for the types of insurance hereinafter deecrl'
and in accordance with the provisions r,£ the policy contracts in current use by said Insurer:_
Before the stated expiration date, the Company will not terminate or reduce the insurance.
afforded under the following policies pric: to 10 days after the notice of such terminatio-
or reduction his been mailed to:
Name of Princ:i..'_ City of Renton
Address Renton, Washington 98055
LIBERTY MUTUAL INSUMANCE COPt'ANY
ynveraae Pclicv No. r-xUra•_ion Bodily Iniury Prooertr L.--�
*Workmen's Compensation. WC1- e-'C04522-C1 l/1 Statutory Covered by State
and
Employers Liability f 25,000 per aecident
Employers Liaoility O.D. 25,00 total. disease
Comprehensive General RGl4,81-OO452=22R 9 1/1/70 )500,ODO per person 8500,000 per
Liability including accider.'
Contractual $50C,Cm per accident 500,00C par
aggr-g!,.
Automobile Liabili AEa-681-004522-OG 9 1/1/70 4200,CCX per person $100,000 peg
(named, Non-Ovned 500,000 per accident accidr-
and Hired)
"California Policy No, WF;4.-i;81,G4522-if 9 1.2/70
LIBERTY KNUAL INSURANCE COMPA!<Y
-f
Underwriters at Lloyds and Vari:+.:= Ir.sarance Cemvaries
Excess Comprehensive Cover ..", '.•+s 4;,0O0,C-,0 Bodily Intrsy and
General, Employers and L; 1007,.4 and Property Damage AgR;regnl=
Automobile Liability LC 1C
LL'KIS STEWART PRICE FOR ES M. Li;.
Signed
Des?rip^.Son of Operstiens:
Construction of Rolling Rills Elevated Tank
Renton, Washington
icni
k
ADVERTISEMENT FOR BIDS
Sealed pr000sals for the construction of Rolling Hills Elevated Tank
addressed to the City Engineer, City of Renton, Washington, will be received
at the office of the City Clerk, City of Renton, Washington, until 2:00 p.m.,
Pacif;c Daylight Time, on the 9th day of May, 1563, and tnen will be publicly
opened and read.
The work contemplated consists of construction of a 700,000-, 400,D00-,
or 500,000-gallon steel elevated water • ;nk with associated piping and
appurtenances Including the footings.
Plans and Specifications may be examined in the office of the City
Engineer, Renton, Washington, or at the office of Cornell, Howland, Hayes
6 Merryfleld, Engineers and Planners, 830 Logan Building, 500 Union Street,
Seattle, Washington 98101. A copy of said Documents may be obtained at the
Engineer's office at 830 Logan Building, 500 Union Street, Seattle, Washington
98101, upon a deposit of Twenty-Five Dollars ($25.00) for each Document.
The full amount of the deposit will be refunded if said Documents are returned
in good condition within fifteen (15) days after bid opening.
Each proposal must be submitted on the proscribed form and accompanied
by a certified check or bid bond payaLle to the City of Renton, Washington,
in an amount not less than five percent (5%) of the amount bid.
The successful Bidder will be required to furnish a bend for faithful
performance of the Contact in the full amount of the Contract price.
The right is reserved to reject any or all proposals, to postpone the
award of the Contract for a period not to exceed thirty (30) days, and
to accept that proposal which is to the best interests of the City of Renton,
Washington.
Dated this 18th day of April ,
Ci-Y OF RENTON, WASHINGTON
BLS
Mrs. Helmie Nelson, City Clerk
asra
JUL 2 5 1"
Adv. -1-
PROPOSAL
To: The Honorable Mayor and City Council
City of Renton
city Hall
Renton, Washington 99055
The undersigned, hereinafter Called ti.� Bidder, declares that the only
Persons or parties interested in this Propose` are those named herein; that
this Proposal is, in all respects, fair and without fraud; that it is made
without collusion with any official of the Owrer; and that the Proposal is
made without any Connection or collusion with any person making another pro-
posal on this Contract,
The Bidder further declares that he has carefully examined the Contract
Documents for the construction of the project; that he has personally inspected
the site; that he has satisfied himself as to the quantities Involved, includ-
ing materials and equipment, and coaditions of work involved. Including the
fact that the description of the quantities of work and materials, as Included
herein, is brief and Is intended only to indicate the general nature of the
work and to identify the said quantities with the detailed requirements of
the Contract Docunients; and that this Proposal is made according to the pro-
visions and under the terms of the Contract Documents, which Documents are
hereby made a part of this Proposal.
The Bidder further agrees that he has exercised his own judgment regarding
the interpretation of subsurface information and .,as utilized all data which
he believes pertinent from the Engineer, Owner, and other sources in arriving
at his conclusions.
The Bidder agrees that if this Proposal is accepte.i, he will, within
sev..n (7) calendar days after notification of acceptance, execute the Con-
tract with the owner in the form of Contract annexed hereto; and will, at the
time Of execution of the Contract, deliver to the Owner the Performance Bond
reyulred herein; and will, to the extent of his Proposal, furnish all machinery,
tools, apparatus, and other means of construction ,nd do the work and furnish
all the materials necessary to complete the wort the manner, in the time,
and according to the methods as specified in the Qntract Documents and re-
quired by the Engineer thereunder,
The Bidder further agrees to begin work within ten (ID) calendar days
after the date of the e:eeution of the Contract and to complete the con-
struction, in all respects, within two hundred ten (210) calendar days
after the date of the execution of the Contract by the Owner.
In the event the Bidder is awarded the Contract and shall fail to Com-
plete the work within the time limit or extended time limit agreed upon, as
more particularly set forth in the Contract Documents, liquidated damages
shall be paid to the Owner at the rate of FIFTY DOLLARS ($50.00) per day
until the work shall have been finished as provided by the Contract Documents.
Sundays and legal holidays shall be excluded in determining days in default.
Proposal •1- 510%
dU`. "
The Bidder agrees to accept as full payment for the proposed construction,
as defined herein and as shown on the Plans, based on the undersigned's Own
estimate of quantities and costs, the following lump sums for the respective
Alternates:
ALTERNATE A - 300,000-GALLON TANK
The Bidder agrees to accept as full payment for Alternate A - 300,000-
Gallon Tank as shown on the Plans and specified, based on the undersigned's
arm estimate of quantities and costs, the following I ,p, som of:
One hundred Forty-Five ThnLLS ng A _Dollars
Eight Hundred Forty-Nine
and No/10Q Cents $ 145,849,00
State Sales Tax S 6,563.4Q .21*
TOTAL Including Sales Tax $ 152,412.61 .21*
ALTERNATE B - 4DO,000-GALLON TANK.
The Bidder agrees to accept as full payment for Alternate 8 - 400,000-
Gallon Tank as shown c the Plans aid specified, based on toe undersigned's
own estimate of quantities and costs, the following lump sum of.
NOT ACCEPTED
One Hundred Seventy -housano Dollars
e en Hundred torLy
and No/10O -- Cents $ 170,740.00
State Sales Tax $ 7,681,,a .30*
TOTAL Including Sales Tax $ 178,423.QQ .30*
ALTERNATE C - 5001000-GALLON TANK
The Bidder agrees to accept as full payment for Alternate C - 500,000-
Gallon Tank as shown on the Plans and specified, based on the undersigned's
own .stimate of quantities and costs, the following lump sum of:
NOT ACCEPTED
One Hundred nty-Seven Thousand Dollars
Seven H Ni
undred Sixty-Three
and` Noj100 Cents $ 197,763.00
State Sales Tax $ 8,899.0Q .34*
TOTAL Including Sales Tax $ 206,662.00, .34*
* Sales Tax Error Corrected
Proposal -2-
ALTERNATE O - 300 000-GALLON TANK WITH FLUTED CENTER COLUMN
The Bidder agrees to accept as full payment for Alternate D - 300,000-
Gallon Tank with fluted center =limn as shown on the Plans and specified,
based on the undersigned's own asti mate of quantities and costs, the follow-
ing lump sum of:
NO 610 Collars
and Cents $
State Sales Tax $
TOTAL Including Sales Tax $
ALTERNATE E - 400.000-GALLON TANK WITH FLUTED CENTER COLUMN
The Bidder agrees to accept as full payment for Alternate E - 400,000-
Gallon Tank with fluted center column as shown on the Plans and specified,
based on the undersigned's own estimate of quantities and costs, the follow-
ing lump sum of:
NO 8I0_' Dollars
and Cents $
State Sales Tax $
TOTAL Including Sales Tax $
ALTERNATE F - 500.000-GALLON TANK WITH FLUTED CENTER COLUMN
The 5idder agrees to accept as full payment for Alternate F - 5DO,00D-
Galion TanY with fluted center column as shown on the Plans and specified,
based on roe undersigned's own estimate 0' quantities and costs, the foilow-
ing lump sum of:
NO VO Dollars
and Cents $
State Sales Tax $
TOTAL Including Sales Tax $
The Owner reserves the right to accept or reJect any of the above Alter-
nates as is to the best interests of the Owner.
Proposal -3- JUlgS'"
It is agreed that if the Bidder is awarded the Contract for the work
herein proposed and shall fail or refuse to execute the Contract and furnish
the specified Performance Bond within seven (7) calendar days after receipt
of notification of acceptance of his Proposal , then, in that event, the bid
security deposited herewith according to the conditions of the Advertisement
For Bids and Informa:.lon for Bidders shall be retained by the Owner as liqui-
dated damages; and It is agreed that the said sum is a fair ®asure of the
amount of damage the Owner will sustain in case the Bidder shall fail or
•efuse to enter into the Contract for the said work and to furnish the Per-
formance Bond as specified In the Contract Documents. Bid security in the
form of a certified check shall be subject to the same requirements as a
bid bond.
If the Bidder is awarded a construction Contract on this Proposal , the
Surety who will provide the Performance Bond will be
Fireman_s Fund Insurance Company whose address is
1799 Hamilton Avenue San Jose California
Street City State
The name of the Bidder who is submitting this Proposal is
Pittsburgh-Des Moines Steel Conpany doing business at
700 - 108th N.E. Bellevue Washington 98.004
Street City State
which is the address to which all communications concerned with this Proposal
and with the Contract shall be sent.
The names of the principal officers of the corporation submitting this
Proposai, or of the partnership, or of all persons interested In this Proposal
as principals are as follows:
W. R. Jackson, President
T. W. Fauntleroy, Vice Pres.
T. G. Morris, Sec.-Treas.
(If Sole Proprietor or Partnership)
In witness hereto the undersign< ties set his (Its) hand this
day of 19_
ignature of Bidder
ifiT tla
Proposal -4-
4 -
(If Corporation)
In witness whereof Ina ueMrsigned corporation has caused this instrmaent
to be eaecu d and is seal affi aed by its duly autnor;xed >fficers this
-
day of 9
I �a adN 7i.urJ�illt�i.
Name of Ccrporat-•,n
/S 7,AK7 S044's
attest ^
Secretary
F'roro-.al
P O W E R O F A T T O R N E Y
KKR ALL MEN B`. THESE PRESENTS, That PITTSBURGH-DES MOINES STEEL COMPANY,
Neville Island, Pittsburgh 25, Pennsylvania, a Pennsylvania Corporation, has
constituted and appointed, and doers hereby constitute and appoint
-ROSER'T E, WSNDLANDT - - - - - - - - - - - - - -
it6 true and lawful Attorney-In-Pact to execute proposals fir the sale of
materials or the construction of work, to make contracts for same, and execute
Surety Bonds to be used in connection therewith. Such power shall include the
execution of non-collusion certificates as may be required by such laws of
New Ynrk as General Municipal Law Section 103d, Public Authority Law Section
2604 or State Finance Law Section 139d,
This appointment is made in accordance with Article IV, Paragraph 3 of the
By-Laws of the Corporation as asended by the Board of Directors of the Cor-
poration on April 6, 1959 and still in full force and effect;
Article IV, Paragraph 3:
"All proposals, commercial contracts, bonds certificates, affidavits,
and all other documents incident to the business of this Company
shall be valid:
(a) When signed by the Chairman of the Board, the President,
a Vice-President, Secretary & Treasurer, or other duly
authorized icpresentative or agent of the Company and when
sealed with the seal of the Company; or
(b) When executed by an Attorney-In-Fact."
IN WITNESS WHEREOF, PITTSBURGH-DES MOINES STEEL COMPANY has caused these pre-
seuts to be signed by its President and its corporate seal to be thereunto
afflxcd and duly attested by its Secretary this 9th day of January, 1967,
PITTSBURGH-DES MOINES STEEL COMPANY
ATTEST: 7
BY
(SEAL) na.e-�it�r- --^�-,T
Secretary eR
STATE OF PENNSYLVANIA)
SS:
COUNTY OF ALLEGNENY )
On this 9th day of January, 1967, before me personally appeared W.R.Jackson,
President of PITTSBURGH-DES MOINES STEEL COMPANY, who being duly sworn, said
he resides in the State of Pennsylvania; that he is President of PITTSBURGH-
DES MC•NF.S STEEL COMPANY, the Corporation described in and which executed
the ior..going instrument; that he knows the corporate seal; that it was so
affixed by order of the Board of Directors of said Corporation, and that he
signed his name thereto as President of said Corporation by like a bority.
(SEAL) . —*5F,/R.i.y�•ilC�F� +..G ,
STATE OF PENNSYLVANIA)SS a.anr etxnn a.r.•.r.ei.
COUNTY OF ALLEGHSNY ) t^•, ^,,. �GG"cc.P�. r oi..mr,LP�.1.ai
I, T. G. Morris, Secretary ,.t PIITSBURGH-DES MOINESySTEE .�iAN T; do hereby
certify that the above and foregoing is a •ue and correct copy of Power of
Attorney executed by PITTSBURGH-DES MOINLc ,TELL COMPANY, which is still in
full farce an4 effect.
IN WITNESS W. REOF, I have signed this certificate at Neville Island, Pitts-
burgh, Pennsylvania, this day of , 19�
(SEAL)
SECRETARY JUL 5
CONTRACT FOR CONSTRUCTION
THIS CONTRACT, made and entered into this I__ day of
19„_1 by and between the City of Renton, Washington, a municipa l�Corpora-
tion, hereinafter called the "Owner," and Pittsburgh-Des Moines
Steel Can an
of a Tehue�.. as tng On
hereinafter called the"Contractor."
WiTNESSETH:
Said Contractor, in consideration of the sum to be paid him by the said
Owner and of the covenants and agreements herein contained, hereby agrees at
his own proper cost and expense to do all the work and furnish all the ma-
terials, tools, labor, and all appliances, machinery, and appurtenances for
construction of Rolling Hills Elevated Tank, Alternate A_300,900 Gallon ,
to the extent of the Proposal made by the Contractor on the ZT-day of
May . 1969 , all in full compliance with the Contract Documents
referred to herein
The "Advertisement for Bids," the signed copy of the "Proposal" made by
the Contractor on the 23 day of Maw 1969 , the fully exe-
cuted "Perforr,ance 9ond the "Information for Bidders," the "Special Pro-
visions," the "General Conditions," the "Specifications,' and the "Plans,"
which consist of 2 sheets entitled "City of Renton, Washington, Rolling Hills
Elevated Tank," Drawing No. C5353-1, dated April 1969, are hereby referred
to and by reference made a part of this Contract as fully and completely
as if the same were fully set forth herein and are mutually cooperative
therewith.
In consideration of thf faithful performance of the work herein embraced,
as set forth in these Contract documents, and in accordance with the direction
of the Engineer and to his satisfaction to the extent provided in the Contract
Documents, the Owner agrees tr pay to ;he Contractor the amount bid as adjusted
in accordance with the Proposal as determined by the Contract Documents, or as
otherwise herein provided, and based on the said Proposal made by the Cun-
tractor, and to make such payments in the manner and at the times provided in
the Contract Documents.
The Contractor agrees to complete the work within the time specified
herein and to accept as full payment hereunder the amounts computed as de-
termined by the Contract Documents and based on the said Proposal .
The Contractor agrees to indemnify and save harmless the Owner from any
and all defects appearing or developing in the workmanship or materials per-
formed or furnished under this Contract for a period of one (') year after
the date of the complete performance of the said Contract and the final
settlement thereof.
It is agreed that the time limit for the completion of the Contract_,
based upon the Proposal, shall be the .tail..."! day of 19s 1
In the event that the Contractor shall to complete th�thin the
Contract -i-
JUL 2 5 1969
time limit or th extended time limit agreed upon, as more particularly set
forth in the Contract Documents, liquidated lamages shall be computed at the
rate of FIFTY DOLLARS ($50.00) per day. Sunooys and legal hoiidays shall
be excluded in determining days in default.
The amount bid by the Contractor, and subject to adjustment In accord-
ance with the Proposal as determined by the Contract Documents or as other-
wise herein provided, is as follows:
TOTAL LUMP SUM $ 145,849.00
State Sales Tax, 4.5% $ 6,563.21
TOTAL CONTRACT PRICF (Including
Sales Tax) $ 152,412.21
IN WITNESS WHEREOF, we, tho1 parties hereto, each herewith subscribe the
same .his %
f,e i day of A. 1 .
CITY OF $�NTON, WASHING ON
, / BY / 4 .__
CrTr C1EM Title .cyjt�•_
Pittsburgh-De- Moines Steel ComRan.y
KV
Contract/o/r,d��xA""�y��/[T y/r/yw d
By�.�L �L`�r�'
Ti tl a H. ll.i Li -Slid
Approved as to form:
PITMEN .DEESSj MOINES STEEL CQ
City Attorney
A
Contract -2-
.. r
NON-^OLLUSION AFFIDAVIT
STATE OF WASHINGTON )
COUNTY OF
3 SS
C.11.D W RGW.Ae.-Sea
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 be-
half of any person nit therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work c, 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.
SIGN HERE:
" 'T MRR0W. Ao't..9w_
it a✓✓R _ S—Fevk �I.Comp.
Subscribed and sworn before me this , day of
Notary Fub11c in and the Site o
residing at
_1Qklt/ therein.
My Comn..rc•n Lap m Aug.9,1970
,..7;-ILcy
,r
PtkwER or
ATTORNEY FIREMAN'S FUND INSURANCE COMPANY
RNO,V ALL.MEN BY THESE PRESENTS -hat FIREMAN: 9: ""'':M1`lY ^..n. - crganlzsd and .netm
,+ !the Sfo; m I nd hvp ffi.c -... h.a mai
d "Fomten nd dirt-, by .nee* pr."O., mak. W. RLIMMF,6 p{RIDr^,N !>I�n �.
N, C. PMWC Ly Jointly or eewa:a]ly _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ e _ . . _ . . . r
Js .- anti lawto! Anorr.yls)in Fad, .nh f_!! F=we' nd O,twontp tee ebY mntarcod r.a;:e ar. _... 1., aaec.m sea:
m1otcw1edge and dv:ivn any and ell bonds, undertakings, reangnlaanaeS or other written abl"Jai.
tions in the Data" thereof. .• . . . . . . . . . . . . . .. . . . . . +. . . . . . . .
and w bind the Cnrpmmton thereby o, logy aM 1. ma natenl Or A such bond. v.re signed by th.Prxld..t r.,td.nth rho
rerporme .eol cf the C«FOrancn and dv,y eeaNd Sr :r 3onorary.hereby rmilrm9 and mnhrm!nq all Ihvt Me smd Ahxnevfslnm
Feet may do 10,the M.mts.s.
llhu Fova N mfw.oay s F.I. Purouanr to Arrrle VIN. Sectors 30 and 31 al Ryfmra nt FIREMAN$ FZIND INSURANCE COMPANY on the Ath doy of N.Oomm r, 196!f and new in tull krce and eNM
Arnch,V111 %PM$Ptr.01 .N '*Jm"M Of ZIAl'K, t.niMnt Sm.ra.w, .d Att«war.rlrr .nd Amms h arr,M AwW !`rare.miA wtlr
/M erR
S.:t,.x A pwal.awf. Th.ITepwan d m.acmd f n,rentna,rM P, d.M. m'V,n.Pn.A.m ar nay e+M, pwm ,n«ad by a.Pa«d
A nmOr,..IM C{.a.r.an d;n.Bernd.I M-"f— !h.Prm� 'nr—1 V,c.-Finalen,. m,teem n..is!,..,nCgown E.«4n..Au.n u Hentanac and
A,gre.yr,n 1.:r w ndie cmmoo. ;-Mnnr and w.t 4r my en,mnmf d IM Cw,,Omoo and Avv,to tics<Ft waai pans.anU e`nka apFmwecre ter% en badJ N
s .cn 31, Aa tkwnn. Tt Autin,.r .oc1,M,desr AmMont a.cntm- Atli .y.m4an. A M.*halt b m Pn..v: d.eM lmvIoml
E".Dann N'A. PPnuowat.and.1 u p<oae,mm.n,and au oumontr titan," ml.er anv trenr.,o�W a an• na*br Ih.komo m Wncron«
y eny"....p.ar.d la wake a::h or..+..w
Th,r power ct mbrrf y,s,gnod and...too under am by the oulhcnte of 1h.!Olior,np R.wlutwn O4 d by Ihp Board tit Da.Non
Ol FIREMAN S FUND INSURANCE COMPANY m a m"?;no duly cgScJ only}e19 an the 1Sa,doy of lafy law,an¢that maid Resdm:o.^.
han rot boon am.nded m r.P.Nd
"RESOLVED tbat the signature of any V,c.Proa,dent Awsto t$aRe!aY. ood R.a,dent Asnatam Secr.tmY of !h,s Cmporm r., ant
tA. pal m that Ccrpmanon may he aft.ml m pn tad on any p "ot a oormy,on any revocmon If any power of mternay. n c
any eertiheaN relating dism'. by laea,nda,and an war of tntvnep my Im,oemsan at any Fo.rr o•anrnr:oy,n,e.rVBcore bom t.;
e aurh bcsim::.n,prmwe cr teea+m,la 1 nhmi be r*F. and.,alto,fpm the Cmpo,mton,
1N WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has awed th..a p,m,,1ft to be erAnad Ly it. Vire Rea.'.orJ
�f.a, c �l
and m eorperme neat to b.hereonta dhxed tha_wuwp.,dOy of ""ember..._...__. . __.. _.._ to
Ap.�T�ty\'1 FIRETfAIS RIND INRtTRANCF.COMPANY
S h Ki Nibr.Vm
STATE OFCAUFORNI,A,
CITY AND COUNTY OF SAN FRANCISCO I n,
On this_pe��d¢y ol_ ._ ._ _. Is.67 beloro me personally ortme, S D. MENIST to m. known who.
bmnq byte 3u.y.worn d"-d7wpose en'd eny that h.1.Vlca-W.es9.et of FIREMAN S FUND INSURANCE COMPANY th.Ccpwmton
de.mfbed in amd which sxocmd Iho above enottum.nt, that h,,knows the secl al dour Corpor¢tvne, that the seal mbxS m the amd
irneument Ia wch MP"-.erns that it vas eo.hued by order e:the Board of Enmt1mx of $Old Cm'Ormtcn and thvt he mprad hts
mmo.thxxa by Lke order
IN WITNESS WHEREOF ! hate hxe.,mc sae roY hand and othx.d my offinal seal the day and year hxe,n tint aD_-ve wr:tMr.
,rrneww.n.w,.r.,s,u,.,....,.,rn.,•.
j ETHF1 L WATKIfO i
1ae90w1 NOTARY PUNK WTYCAL Df,IA a
Cm AND OCISC of p
UN RANCIXq—XO i r.:se t.wATcn:^. !+o,n:y
FiCA'F
STATE OF CALIFORNIA
a.
CITY AND COUNTY OF$AN f;;ANCISCO
I, th. undxaignnd As.,rtnnt Sa WO Y of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corp moon, DO HEREBY CER
TIFY thin the tol000fu rnd mco,-hed POWER OF ATTORNEY Imam, m hdI talc.wd Iwa nm Mon revoked and Isotherm«.that
Ar"cls VPf Saahrns 30 m,d 31 Of th.RYdavn of th.Corporation sA th.RwWution d the Board of Domi =e! forth in 1!u Pcwer
cI Aaor"Y me nov,n talc. 44
S,9nd mi..ally al the C1tY and CoamY Of San.Franclaco. Dm.i the `. t�l day ol_._`r C .._ IW�.__.
77,ear
SRORRT rNO rtII— wtN9T[p N.EAOWNC Aw.Wn•Ena.+ary
a_a1
JUL 4 5 1099
.County d { sa
SANTA CLARA
On dune x-r(Y -��6: belae me,a Ntma" Nbhc ic.and Io*said Ccunry•anti Sate readira
therein, du1F mmmutlon.d and neonn. penanally appeared K C.111TCHEELL
known ro me to G Atw.,arFact of c�wa• . cu•.pp - -•xnA
ft
the _ xxcttton dinec ibsd in and that exec dM vrithin and�a.wdrq ns{rumen[aM knp�n to me to a the grso srM aeeatsd
the 'Id Inclement ir,bshell of the wd corpanahan,and he duly nJccxrjxdaed to me that xu:h conpowhoc. esecated the win.
IN WITNESS WHEREOF.I hen Mnaonto apt mF hand and adissd in,otllaa:seal,the day aM Tsas stated to hus.1thente above.
MY Commuamc. Esgrea N Public
b�'•r ._____
Noe"
0lO=t=fM SArc•n c.>.0 tuunn
�Y Cam..�xikn lcq.wa Ap.N:1 tni
PERFORMMCE BOND
BOND NUMBER
s
KNOW ALL HEN BY THESE PRESENTS!
That we, Pittsburgh-Des Moines Steel Company
as Principal , and Fireman's Fund Insurance Com`any
a corporation, organized and existing under and by virtue of the State of
California and legally doing business in the State of
Was in�gton, as Surety, are held and firmly bound and obligatec unto the
City of Renton, Washington
.o
as Obli gee, ire the full and just sun of One Hundred Fifty-Two Thousand
Four Hundred Twelve and 21/1DO Dollars
SZ,4TC•ZT--T lawful'—monr�the United States, for the payment of
whT-cTi_sum�_Tr ena-truly to be made, we oo bind ourselves, and each of our
heirs, executors and administrators, successors and assigns, jointly and
severally, firmly by these presents.
This bond is executed in pursuance of Chapter 35.08, Revised Code of
Washington.
THE CONDITIOV� OF THIS OBLIGATION ARE SUCH, that whereas the Principal
entered into a certain Contract with The City of Renton,
_Wa_shington
dated the 4_9---F+ day of L�r 19 for
NOW, THEREFOP.E, if the Principal shall faithfully perform all the pro-
visions of such Contract and pay all laborers, mechanics, and subcontractors
and materialmen, and all persons who shall supply such work, then this obli-
gation is void; otherwise to remain in full force and e`fect.
P. Bond
-I—JUL 25 09
PROVIDED, NOVEVEP, that the conditions of this obligation shall not apply
to anv money loaned or advanced to the Principal or to any subcontractor or
other person in the performance of any such work.
Im
Signed and sealed this ,J? day of c7„ ,Jf_ 19
_ Pittsburgh-Des Moines Steel_.t;gMMy SEAL)
c
Countersigned: FIOYAN'S FUND INSURANCE CDMPAIIF
surety
By
L<f �. (lt'fClf 4' 00K TT Attorney-in-Fact
L M. C. MrrCHEEI,Attorney.in-fact
Approved ds to F:�rn:
{
P. Bard -2-
u
INFORMATION FOR BIDDERS
I . General Description of the Pro]ec[. A general description of the
work to be done is contained In t e�Advertisement for Bids. The scope is
indicated on the accompanying Plans and specified in applicable parts of
these Contract Documents.
2. Contract Documents. The Contract Documents under which it is pro-
posed to execute the wor consist of t' material bound herewith. These
Contract Documents are Intended to be i utually cooperative and to provide a))
oetafts reasonably required for the execution of the proposed work. Any
person contemplating the submission of a proposal and being in doubt as to
the meaning or Intent of said Contract Documents should request of the Engi-
neer, in writing, ar interpretation thereof. Any interpretation or change
in said Contract Documents will be made only in writing, and a copy cf such
interpretation or change will be mailed or delivered to each person receiving
a set of the Documents. The Owner will not be responsible for any other
explanation or inter,retations of said Documents.
3. Plans. Where the Plans arc photographic reductions of the original
tracings, the amount of reduction is indicated by a note on the Plans. Full-
scale prints of reduced Plans may be obtained for the amount stated in the
Special Provisions.
k. Type of Proposal.
a. Unit Price. If the Proposal for the work is to be submitted
on a unit Frio basis, unit price proposals will be accepted ci all Items of
work set forth in the Proposal, except those designated to be paid for as a
lump sum, The estimate of quantlties of work to be done is tabulated in the
Proposal and, although stated with as much accuracy as possible, is approximate
Only and is assumed solely for the basis of calculation upon which the award
of Contract shall be made. Payment to the Contractor will be made on the
measurement of the work actually performed by the Contractor as specified
In the Contract Documents. The Owner reserves tf, right to increase or
diminish the amount of any class of work as may be deemed necessary, unless
otherwise specified in the Special Provisions.
b. Lump Sum. If the Proposal for the work is to be submitted
on a lump sum basis, a single lump sum price shall be submitted In the
appropriate place. The total amount to be paid the Contractor shall be
the amount of the lump sum Proposal as adjusted for additions or deletions
resulting from changes in construction. The Bidder shall furnish, In the
space proviced in N.« Proposal , a breakdown of his lump sum bid.
c. lump Sum with Equipment Selected B Owner If the Proposal
for the work is to be submitted on a ump sum asb is with equipment to be
selected by the Owner, a lump sum price shall be submitted in the appropriate
place and separate price proposals shall be submitted for listed items of
equipment as produced by different manufacturers and shall include the cost
of Installation. The lump sum Proposal shall not include these listed Items
or cost of their installation. The total amount to be paid the Contractor
Info. -I-
u JUL 2 5 14 a9
shall Include the price bid for the listed Items of equipment to be furnished
as selected by the Owner, plus the amount of the lump sum Proposal, as adjusted
for additions and deletions resulting from changes in construction. Bidder
shall provide a breakdown of the lump sum as specified hereinbefore in b.
5. Pre !rail on of Pro osals. All blank spaces in the Proposal form
must be i led in, in ink, in both words and figures where required. No
changes shall be made in the phraseology of the forms. Written amounts shall
govern in ces of discrepancy between the amounts stated in writing and
the amounts sastated In figures.
Any proposal shall be deemed informal which contains omissions, erasures,
alterations, or additions of any kind, or prices uncalled for, or in which
any of the prices are obviously unbalanced, or which In any manner shall
fail to conform to the conditions of the published Advertisement for Bids.
The Bidder shall sign his Proposal in the blank space provided therefor.
Proposals made by corporations or partnerships shall contain names and addresses
of the principal officers or partners. If the Proposal is made by a corporation,
it must be acknowledged by one of the principal officers thereof; if made
by a partnership, by one of the partners.
6. Washington State Sales Tax. Washington State Sales Tax shall be
paid by the Contractor as required by the laws and statutes of the State of
Washington, and shall be separately shown in the Contractor's Proposal in
the space provided.
7. Submission of Proposals. All proposals must be submitted at the time
and place and in the manner prescribed in the Advertisement for Bids. Proposals
must be made on the prescribed Proposal forms, bound her with, and submitted
intact with the Contract Documents. Each proposal must he submitted in a sealed
env-lope, so marked as to indicate its contents without being opened, and
addressed in confoi mence with the instructions in the Advertisement for Bids.
8. Telegraphic Modification or Withdrawal of Proposal. Any bidder
may modify his bid by telegraphic communication at any time prior to the
scheduled closing time for receipt of bids, provided such telegraphic wm-
munication is received by the Owner prior to the closing time. The
telegraphic communication should not reveal the bid price but should state
the addition or subtraction or other modification so that the final prices
or terms will not be known by the Owner until the sealed bid is opened.
Any proposal may be withdrawn prior to the scheduled time for the opening
of proposals either by telegraphic or written request, or in person. No proposal
may be withdrawn after the time scheduled for opening of proposals, unless the
time specified in Paragraph 12 of this Information for bidders shall have elapsed.
9_ bid Secu . Proposals must be accompanied by a certified check drawn
on a bank to good
standing, or a Bid Bond issued by a surety company authorized
to Issue such bonds in the State of Wi .Ington, in an amount not less than five
percent (5%) of the total amount of the Proposal submitted. This check or Bid
Bond shall be given as a guarantee that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish a property executed
Performance Bond in the full amount of the Contract price within the time
specified.
Info. -2-
W
.z. .. r 5 ,
The Owner reserves the right to retain the bid secu:ity of the three lowest
bidders until the successful Bidder has signed and delivered the Contract and
furnished a one hundred percent (100%) Performance Bond. Upon failure of the
successful Bidder to sign and deliver said Contract and performance Bond within
the specified time, the next lowest bid may be accepted at the Owner's discre-
tion, whereupon .he above Instructions and requirements will apply to the said
second bidder.
Sid security of all bidders, except the three lowest, will be returned
promptly after the canvass of bids; Lid security of the three lowest bidders
will be returned within three (3) days after the Contract has been executed
or other disposition mede thereof in accordance with the provisions stated
herein.
10. Conditions of Work. Each bidder must inform himself of the con-
ditions ra sting to-the� execution of the work, and it is assumed that he
will inspect the Site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder of his
obligation to enter Into a Contract and complete the contemplated work In
strict accordance with the Contract Documents.
Each bidder most inform himself on all laws and statutes, both Federal
and State, relative to the regular execution of the work, the employment
of labor, protection of public health, the protection of private property,
fire protection regulations, access to the work, sales tax, and similar
requirements. Particula- reference Is made to Chapters 39.04, 39,08, 39.12,
39.20, 39.24, 82.08, and 82.30, Revised Code of Washington, the provisions
of which, where applicable, are hereby Incorporated as if fully set out herein.
11. Payments, Montn)y payments for the work performed will be made
by the Owner as specified in the General Conditions, unless otherwise modified
in the Special Provisions.
12. Award of Contract. Within thirty (30) calendar days after the
opening o�propose s, t e Owner will accept one of the proposals or will
act in accordance with Paragraph 13 of this Information for Bidders. The
acceptance of the Proposal will be by notice, in writing, malted or delivered
to the office designated in the Proposal.
13. Basis of Award. The award will be made by the Owner on the basis
of chat roposa ch in Its sole and absolute judgment will best serve the
interest of the Owner; where projects are paid for in part by Federal Aid,
the award will be made on the basis of that Proposal submitted by the responsible
Bidder submitting the lowest acceptable Proposal.
The Owner reserves the right to accept or reject any or all proposals,
and to waive any Informs I;tles and Irregularities In said proposals.
14. Execution of CC notice
The successful Odder shall, within seven
a ter il) days rate v n not ce of award, execute the Contract hereto attached.
Info. -3-
W
JUL 2 5 Mg
15• Perfore"T OW . Tne successful Bidder shall file with the
Owner at tea tT-M of execution of the contract. a Performance Bond of
the form bound herewith In the full amount of t e Contract price. The
surety company furnishing this bond shall have a sound financial standing
and a record of service satisfactory to the Owner and shall be authorized
to do business In the State of Washington.
The Attorney-in-Fact (Resident Agent) who executes this Performance
Bond in behalf of the surety company must attach a copy of his power-of-
attorney as evidence of his authority. A notary shall acknowledge the
power as of the date of the execution of the surety bond which it covers.
16. Failure to Execute Contract and Furnish Bond. Should the suc-
cessfu er a or refuse to execute t o tract are furnish the
Performance Bond, then. the bid security deposited by said Bidder shall be
retained as liquidated damages by the Owner; and It is agreed that this
said sum Is a fair estimate of the amount of damages the Owner will sustain
In case the Bidder fails to inter Into a Contract and furnish bond as
hereinbefore provided. Bid security deposited in the loan of a certified
check shall be subject to the same requirement as a Bid Bond.
17. Time of Completion. The time of completion of the work to be
performed under this Contract is the essence of the Contract. Delays and
extensions of time may be alloyed in accordance with the provisions of
the General Conditions. The time allowed for the completion of the work
is stated In the Proposal.
IB. Re istration Re uirements for Contractors. All bidders, including
genera can tractors and specl• ty contractors, IMLL BE REGISTERED AS CON-
TRACTORS by the State Department of Licenses in conformance with the re-
quirements of applicable parts of Cnapter 77, RCW, (An Act Providing for
the Registrrtion of Contractors) .
am"
Info. -A-
W
SPECIAL PROVISIONS
The Contractor's attention Is directed to GENERAL REQUIREMENTS, Section
IA of the Special Specifications, which contains other special directions
that are pertinent to the project.
SPECIFICATION FORMAT. Where "command" type sentences are used through-
out these Contract Documents, it shall be understood th,_ these refer to and
are directed to the Contractor.
REVISIONS TO THE GENERAL CONDITIONS. The General Conditions of these
Contract Documents is hereby revised as follows:
Page 6, Article D-3.d. Fire Insurance is hereby deleted.
LOCATION AND PLANS.
LOCATION. The location of the work is shown on Drawing No. C5353-1 ,
Sheet I of 2 of the Plans.
PLANS. The Plans for the construction of Rolling Hills Elevated
Tank consist of 2 sheets, each entitled "City of Renton, Washington, Rolling
Hills Elevate9 Tank," and dated April 1965.
PAYMENT OF NOT LESS THAN PREVAILING WAGE RATES. The Contractor shall pay
not less than the prevailing rate of wages in accordance with Washington RCW
39-12.020. Certificates of wage payments by the Contractor shall be submitted
to the Owner in accordance with RCW 39.12.040. A sample copy of the Wage Cer-
tification Form is appended to these Special Provisions. These forms shall be
provided by the Contractor.
The Schedu!e of Minimum Hourly Wage Rates as determined by the Washington
Department of Labor and Industries is appended at the end of these Special
Provisions.
The Owner does not guarantee that labor can be procured for the minimum
wages set forth in the Wage Scale. The rates of wages listed are minimum
only, below which the Contractor cannot pay, and they do not constitute a
representation that labor can be procured for the minimum listed. It will
be the responsibility of the Contractor to ascertain for himself the wages
above the minimum set forth that he may have to pay.
SUBSTITUTION OF MATERIALS. All workmanship, equipment, materials, and
articles incorporated in c`e work covered by this Contract are to conform
to the Specifications. Whenever in the Specifications any material, article,
device, product, fixture, form, type of construction, or process is inricated
or specified by patent or proprietary name, by name of manufacturer, or by
catalog number, such Specifications sha71 be deemed to be used for the purpose
of establishing a standard of quality and facilitating the description of the
material or process desired. This procedure is not to be construed as elimi-
nating from competition other products of equal or better quality by other
manufacturers where fully suitable in design, and shall be deemed to be
Sp. Prov. -1-
JUL 5 1969
followed by the words "or as approved" or "or approved equal." The Contractor
may, in such case, submit complete data to the Engineer for consideration of
another material, type, or process, and If the owner's approval is obtained
(in writing), purchase and use the item, type, or process, which shall be -
substantially equal in every respect to that so indicated or specified. The
Owner will be the sole judge of the substituted article or material. No
substitute materials shag be used unless approved in writing.
TERMiNAT10N BECAUSE OF A NATION L EMERGENCY. In the event that work on
this project is terminated by order of a competent Governmental authority
because ,f a national emergency, the Owner or the Contractor, each at his
option, with or without the consent of the other, mad, upon seven (7) days'
written notice, stop work or terminate the Contract. The Contractor shall
recover payment from the owner for all work executed, but in no event shall
the Contractor be allowed any sum or sums in addition to those above
specified, except that a reasonable profit may be allowed upon the work
actually executed. In no event shall the Cottractor be allowed any damages
or any anticipated profits whatsoever.
CLAIMS. In any case where the Cont,. -or deems extra compensation is
due him for work or materials not clearly c, rered in the Contract or not
ordered by the Engineer as an extra as defined herein, the Contractor shall
notify the Engineer, in writing, of his intention to make claim for such
compensation before he begins the work oi. which he bases the claim. If such
notification Is not given or the Engineer is not a forded proper facilities
by the Contractor for keeping strict account of actual cost, then the Con-
tractor hereby agrees to waive the claim for such extra compensation. Such
notice by the Contractor, and the tact that the Engineer has kept account
of the cost as aforesaid, shall not in any way be construed as proving the
validity of the claim. In case the claim is found to be just, it shall be
allowed and paid for as an extra as provided herein for extra work, or it
shall be allowed and paid under a supplemental agreement to be entered Into
between the parties to the Contract.
NOTICE OF CLAIM FOR DELAY. if the Contractor intends to file a claim
for addition..) compensation for a delay caused by the Owner at a particular
time, he shall file a Notice of Claim with the Engineer within seven (7)
days of the beginning of the occurrence. The Notice of Claim shall be in
duplicate, in writing, and shall state the circumstances and the reasons for
the claim, but need not state the amount. No claim for additional compen-
sation will be considered unless a Notice of Claim has been filed with the
Engineer In writing, as stated above.
NO WAIVER OF RIGHTS. Neither the inspection by the Owner, through the
Engineer or any of his employees, nor any order by the Owner for payment of
money, nor any payment for, cr acceptance of, the whole or any part of the
work by the Owner or Engineer, nor any extension of time, nor any possession
taken ny the Owner or its employees, shall operate as a waiver of any pro-
vision of this Contract, or any power herein reserved to the Owner, or any
right to damages herein provided; nor sha'I any .,aiver of any breach in this
Contract be held to be a waiver of any other or subs ;cent breach.
ST, ING OUT THE WORK. The Owner will establish a bench mark and center
lines of the tank for the Contractor's use. The Contractor shall transfer
elevations and Imes for construction of the facilities.
Sp. Prov. -2-
CERTIPICATION OP NONDISCRIMINATION I� N�THM
The bidder represents that he /-7 has, .ft"� participated
in a previous contract of subctract euD ect to either the equal
opportunity clause herein on
or the clause contained Ir. section 301
of Executive Order 110975; that be /'7 has, /% assay filed all
required compliance reports; and that r%reeentations indicating
submission of required compliance reports, signed by proposed sub-
contractors will be obtained prior to subcontract awards.
PrMBURCP 'rS MOINES STEEL CO.
compan.
by.___��ui..J
C H.DARROW,An'e..Sx.
_k . L 9 T a.
L7
Date
(The above representation need not be submitted in connection with
contracts or subcontracts which an exempt from the clause.)
D.l P. 14.43
JUL
HOURLY MINIMUM WAGE RATE - OPERATING ENGINEERS-
RATE SEC. NO.
6.86 CRAWLER. TRUCK TYPE. °LOATING. LOCOMOTIVE. WHIRLEY.EITHER 190740354
6 YDS AND OVER. 200 FT OF BOOM-INCLUDING JIB-AND OVER, 190740356
OR 100 TOkS AND OVER 190740358
6.36 TOWER CRANES. PECCO, LORRAINE. BUCYRUS AND SIMILAR TYPES L90740360
6.00 HYDRALIFTS 190740310
6.00 HYSTER CAT CRANES AND ATTACHMENTS 190740380
5.66 CONVEYORS I90T40390
5.95 CONVEYORS, BF.LTCRFTE WITH POWER PACK AND SIMILAR TYPES 190740400
1907404LO
5.66 CRUSHERS-ROCK- WASHING AND SCREENING PLANTS 190740420
6.00 DERRICKS. ALL 190740430
6.00 DRILLING MACHINES. CORE. CABLE. ROTARY AND EXPLORATION I9074C440
5.66 FINISHING MACHINE OPERATOR, CONCRETE PAVING 190740450
5.31 FIREMAN, HOT PLANT AND DRIER 190740460
5.66 HOISTS. AIR TUGGERS AND DECK WINCHES-POWER. STRATO TOWER 190740470
BUCKET, ELEVATORS 190740472
6.36 HELICOPTER WINCH OPERATOR 190740474
6.36 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTHMOVING EWIPMT__ _ 190740476
5.74 HOISTS ON STEEL ERECTION TOWERMOBILES AND AIR TUGGERS - 190740400
19074C490
LOADERS __ _ __ 1/0740500
5.66 ELEVATING-ATHEY. BARBER GREENE AND SIMILAR TYPES -- 190:40510
5.95 ELEVATING BELT TYPE - EUCLID AND SIMILAR TYPES 19074C520
5.77 ELEVATING GRADER TYPE-DUMOR AND SIMILAR TYPES _ 190740530
5 63 FORK LIFTS OR LUMGER STACKER - ON CONSTRUCTION JOB SITE. 190740540
OkOTT TRAVEL LIFT 190740542
5.74 FORK LIFTS WITH TOWER _ _ 190740550
6.00 FORK LIFTS WITH POWER BOOM AND SWING ATTACHMENT 190740560
5.66 OVERHEAD AND FRONT END - UNDER 2 1/2 YARDS 190140570
6.00 OVERHEAD AND FRONT END - 2 112 YARDS UP TO 4 YARDS _ 190740580
6.20 OVERHEAD AND FRONT END - YARDS UP TO 8 YOS - 19074US90
6.74 OVERHEAD AND FRONT ENO - 8 YARDS AND OVER 190740595
190740600
LOCOMOTIVES - I90740610
5.43 DINKEY-AIR. ELECTRIC, STEAM. GAS OR DIESEL !90740620
5.77 ROD OR GEARED ENGINES /90740630
"- 190740640
5.66 MECHANICS, HEAVY DUTY 190740650
WAGE RATES - NORTH.:t STERN WASHINGTON
-005-
HOURLY MINIMUM MACE RATE - OPERATING ENGINEERS- 1900000tc
RATE SEQ. NO.
THE FOLLOWING CLASSIFICATIONS AND RATES OF WAGE ARE FOR ALL 190000020
THE COUNTIES IN THE NORTHWESTERN WASHINGTON AREA AS LISTED 190000021
ON PAGE 1, PLUS CHELAN-EAST AND KITTITAS-EAST. 190000022 -
190000023
BATCH PLANT OPERAT0R- 190740070
5.66 BATCH AND MIXER - 200 YARDS PER YOUR AND UNDER L90740D30
5.95 BATCH ANU MIXER. OVER 200 YOS.P.H. THRU. 400 YDS.P.H. L90140090
6.24 BATCH AND MIXER, OVER 400 YDS.P.H. THRU. 600 YOS.P.H. 190*140100
190740110
5.63 BROOMS, POWER WAYNE. SAGINAW AND SIMILAR TYPES 190740120 _
190740130
BULLDOZERS 19074UL35
5.83 0 9 OR SIMILAR 190740140
6.00 PAY DOZERS AND LINKED PUSHER AND DUAL 9 AND SIMILAR 190740150
5.91 BUMP CUTTER - CONCUT. CHRISTIANSON OR SIMILAR TYPES 190740160
6.00 ENGAGED IN YOVO OPERATION-WHILE CLEARING OR SCALING 190140165
190740170
CABLEWAYS 190740160
6.00 3 YARDS AND UNDER 190740190
6.36 OVER 3 YARDS 190740200
1907402L0
5.77 CEMENT HOGS 190740220
190740230
COMPRESSORS 190740240
5.36 EXCAVATING 190140250
5.74 STEEL ERECTION INCLUDING SAND BLASTING, PAINTING OF SAME L90740260
190T40270
CRANES _ _ _ 190740200
5.66 A-FRAME TRUCKS - SINGLE POWER DRUM 190740290
6.00 A-FRAME TRUCKS - DOUBLE POWER DRUM 19074C300
6.00 CRAWLER AND TRUCK TYPE. FLOATING, LOCOMOTIVE. WHIRLEY. _ _ 190740310
EITHER 3 YOS AND UNDER OR 150 FT OF 3004-INCLUDING JIB- /90740320
AND ''%DER. OR 45 TONS AND L::DER 190740330
6.36 CRAWLER AND TRUCK TYPE, FLOATING. LOCOMOTIVE. WHIRLEY. 11OT40340
EITHER OVER 3 YOS OR OVER 150 FT OF BOOM-INCLLDING JIB- 190740350
L OR OVER 45 TON UP TO 100 TONS 190740352
C
ro
WAGE RATES - NORTHWESTERN '.ASHINGTON ---
-004-
I
HOURLY MINIMUM WAGE RATE - OPERATING ENGINEERS-
SEC. N0.
RATE
5.12 MECHANICS HELPERS, MEAVY DUTY SHOP 190740560
5.91 MECHANIC LEADMAN 190740665
MITERS 190740680
5.60 ASPHALT UP TO 4 TONS PER BATCH t907{0690
5.95 ASPHALT 4 TONS AND OVER PER BATCH 190740695
6.00 MOBILE TYPE WITH HOIST CO,"INATION 190740700
5.66 CONCRETE MIXERS AND BATCH - 200 YARCS PER HOUR AND UNGER 190740710
5.95 CONCRETE MIXERS AND BATCH - OVER 20C YARDS PER HOUR _. 190740720
THROUGH 400 YARDS PER HOUR 19074U730
6.24 CONCRETE MIXERS AND BATCH - OVER 400 YARDS PER HOUR 190740740
THROUGH 600 YARDS PER HOUR ------- 19C740760
5.77 PAVING 1 140770
5.95 PAVING C"IAI I9CT407B0
5.72 MOTOR PATROL ;RALERS. INCLUDING MODEL 14 AND SIMILA0. 9C740765
6.00 MOTOR PATROL GRADERS. OVER MODEL L4 AND SIMILAR 1
6.00 MUCKING MACHINES, MOLE OR TUNNEL9074079
8S
DRILL. AND/OR SHIELD 1907400
5.. 2 OIL DISTRIBUTORS AND BLOWER DISTRIBUTORS 190740810
5.21 OILERS, GRADE CHECKERS. STAKEMAN AND/OR BRAKEMEN 190740020
5.47 EQUIPMENT SERVICE OILER 190740830
7. 5.37 OILER DRIVER ON TRUCK CRANES OVER 45 TON UP Tn 100 TONS 1907,0040
5.47 OILER DRIVER ON TRUCK CRANES 100 TONS AND OVER 190740842
.__.R�,__,�,_. 190740844
5.27 FIREMAN
19074OW50
F.00 01, EDRIVER ENGINEERS 190740860
5.60 POST HOLE DIGGERS. MECHANICAL _ _. 190740870
5.66 Ptllckk PLANT OPd L
RA7ORS 90740890 R0890
0
PUMPS _ 190740900
1907409 19074 5.66 FULLER KENYON 2t,
5.66 CONCRETE ANC PUMP CRETE 30
5.48 WATER 19074099
190740940
ROLLERS. TAMPERS AND VIBRATORS 190740950
5.66 ON PLANT. RGAD MIX OR MULTILIFT :.ATLRIALS 190740960
5.36 OTHER THAN PLANT, ROAD RIK UK MUL.TILIF7 MATERIALS 19074U970
-WHERE TOWED. TO PAY RATE OF ECUIPMENT USED TO PULL- 1907409E0
w
WAGE RATES - NORTHWESTERN WASHING70N
-006-
HOURLY MINIMUM WAGE RATE - OPERATING ENGINEERS. -
SkO. NO.
RATE
19OT40990
I9OT41G00
5.63 SAWS. CONCRETE _ 19OT41010
19074LOZO
SCRAPERS 190741030
5.63 CARRYALL TYPE - SINGLE 190741040
5.77 CARRYALL TYPE - DOUBLE 19074/050
19074100
5.66 SCREED MAN 190741010
-- - - -190741080
SHOVELS
6.00 CRAWLER AND TRUCK TYPE. ALL ATTACHMENTS ACHMEMTS - ) YDS AND UNDER 140741090
074100
6.36 CRAWLER A`1D TRUCK TYPE. ALL ATTACHMENTS-OVER 3 YDS UP TO - I90141I05
6.06 CRAMLkR AND TRUCK TYPE, ALL ATTACHMENTS-6 YOS AND OVER 1907411I0
5.66 SPREADERS, BLAW KNO%, CEDARAPIDS. JAEGER. FL ARRETY OR /90141311
SIMILAR TYPES 19074IL10
6.36 SLIP FORM PAVER. ZIMME0.MAN CM1 AND SIMILAR TYPES 190741130
6.00 SUB GRADER-CURRIES CHI AND SIMILAR TYPES 19C74I140
190741145
5.72 MOTOR PATROL GRADERS. MODEL l4 AND SIMILAR 10-1741147
6.00 MOTOR PATROL GRADERS. OVtR MODEL 14 AND SIMILAR 190741150
5.36 TRACTORS. FARMALL TYPE. 60 HORSEPOWER AND UNDEP 190741160
5.48 TRACTORS. FARMALL TYPE. OVER 60 HORSEPOWERV68ER TIRED 19074II70
5.80 TRACTORS. FARMALL TYPE USED AS BACKHOES. 0
-FORD. FERGUSON. CASE AND SIMILAR-60 M.P. AND UNDER 19074I11907411B0
6.00 TRACTORS. FARMALL TYPE USED AS BACKMOES. RUBBER TIRED 190741ZOO
-FORD. FCRGUSDN. CASE AND SIMILAR- OVER 60 H.P. I90741210
5.72 TOURNAPULLS. CATERPILLAR, EUCLIO SCRAPERS AND SIMILAR 190741220
TYPE EOUIPMENT - 25 YARDS AND U'IDER 11)0741Z30
6.00 TOURNAPULLS, CATERPILLAR, EUCLID SCRAPERS AND `SIMILAR 11,041240
TYPE EQUIPMENT - OVER 25 YARDS THRU 40 YARDS 190741Z50
6.23 TOURNAPULLS. CATERPILLAR, EUCLID SCRAPERS-OVER L90741260
40 YARDS THROUGH 55 YARDS 19074i21D
190741280
6.56 TOURNAPULLS. CATERPILLAR, EUCLID SCRAPERS-DYER SS V1R05 190741282
THROUGH 70 YARDS 190741284
6.84 TOURNAPULLS. CATERPILLAR, EUCLID SCRAPERS-OVER 70 190741286
THNOUGM 85 YARDS 19074/288
1.12 TOURNAPULLS. CATERPILLA0., EUCLID SCRAPERS OVER 85 YARDS
WAGE RATES - NORTHWESTERN WASHINGTON �-
-001-
HOURLY MINIMUM WAGE RATE — OPERATING ENGINEERS-
SEC. N0.
RATE
190741790
THROUGH 100 YARDS
TOURNAPULLS♦ CATERPILLAR, EUCLID SCRAPERS OVER 100 J904
t
TO BE NEGOTIATED _.____. 90141294L90741SOO500
ALL EQUIPMENT SET FORTH 1N THE ABOVE ITEM WILL BE 1907413!0
CLASSIFIEO IN ACCORDANCE WITH THEIR RESPECTIVE ___ 19r?41320
MANUFACTURERS RATED CAPACITY EXCEPT WHERE SIDEBOARDS ARE 1YC74133U
USED, IN WHICH EVENT THE EQUIPMENT WILL BE CLASSIFIED AND 19074L740
PAID ACCORDING TO THE MEASURED CAPACITY — STRUCK MEASURE ._ ._ ]71741350
L-1074 U60
THE RATES OF rAY FOR ALL TANDEM SCRAPERS AND/OR SCRAPER 190741170
TRAILER WILL BE PAID IN ACCORDANCE WITH THE TOTAL YARDAGE _ 190741390
THEREOF. '9014"DO
19074141U
TRENCHING MACXINcS 190741420
5.66 UNDER 16 INCHES 190741430
5.90 16 INCHES AND OVER 190741440
MASTER MECHANICS — $3.00 PER DAY OVER SHOVEL SCALE. - 1407414SO
FOREMAN — 30.40 PER HR. OVER HIGHEST CLASSIFICATION 190741460
9074140
UNDER HIS SUPERVISION.
WAGE SCALES FOR OPERATORS OF EQUIPMENT OPERATED OM HEAVY 190741480
CONSTRUCTION NUT LISTED HEREIN SHALL BE NEGOTIATED AT THE 170741490
TIME SUC.' EOUIF:.ENT li TO BE OPERATED. 19074LSGO
OPERATORS ON UNDERGROUND WORK
PREMIUM.. GPEAATORSHOFL MUCKING MACHINES 1
MACHINES A YEN PER CENT gO741S20
EXCEPTED. 190741S30
190741540
FRINGE BENEFITS — OPERATING ENGINEEWS 19074LS50
HEALTH AND WELFARE 30 CENTS _ 190741560
PENSION FUND 40 CENTS 190741570
C:
WAGE RATES — NORTHWESTERN NASXINGTON
—008—
HOURLY MINIMUM WAGE RATE - TRUCK DRIVERS. 191000020,
RAT2 SEQ. NO.
THE FOLL04ING CLASSIFICATIONS AND RATES CF WAGE ARE FOR ALL _. L91000025
THE COUNTIES IN THE NORTHWESTERN WASHINGTON AREA AS LISTED _ 19100J026
ON PAGE 1, PLUS CHELAN-EAST. KITTITAS-EAST, YAKIMA-EAST. /91000027
191000028
5.40 SUGGYMOBILE 1917T0030
5.25 SCISSOR TRUCK 191T?0040
5.45 SEMI OR TRUCK AND TRAILER - OIVER THAN EARTHMOVING EQUIP 191770050
5.55 TURNAWAGON, TURNOROCKERS. TURN►TRAILER, ETC. 191770060
5.25 VACUUM TNUCK 19ITTOOTO
5.25 TRACTOR-SMALL RUBBER TIRED WHEN USED IN 1917700T2
TEAMSTER JURISOICTION- 191770074
191770D&O
DUMP TRUCKS. OUMP7DR5, LETOURNEAU, CATERPILLAR. EUCLID 19177009D
AND SlnILAR TOP LOADED EQUIPMENT 1917TOL00
5 I UP TO •AU INCLUDIVG 5 YARDS 1'11770110
. • ` OVER 5 YAI>:;S Tn AND INCLUDING 12 YARDJ 19177UI20
-SO OVER 12 YARDS 6U AND INCLUDING 16 YARDS 191770130
•`.5 OVER 16 YARDS TO AND INCLUDING 10 YARDS 191770L40
5.70 OVER 20 YARDS TO AND INCLI'9ING 40 YARDS 19i 770150
6.00 OVER 40 YARDS -- 191770160
S.2G GREASERS, TIRE SERVICE 1917701701917701B0
FLATBED 191770190
5. 19I77020U
5 SINGLE RC4P 'e. - 191770210
5.35 C. ^f PC AR Lx,E
191770220-
191770230
5.40 HYSTER OPERATOR; - HANDLING BULK LOSE AGGREGATES _ _ 19L770240
5.40 ROSS, HYSTER SNO SIMILAR STRADDLE EQUIPMENT ""-'—` 19L/T0250
LONGED H.D. TRAILER 191770260
191170270
5.45 UNDER 50 TOV GROSS 191770280
5.70 50 TON GROSS THROUGH 100 GROSS 141770290
5.85 OVER 100 GROSS 19ITTO295
. _ _ ..._ . ._.._ 191770300
5.45 ROAD 01, DISTRIBUTOR DRIVER 191770310
WAGE RATES - NORTHWESTERN WASHINGTON
-009-
HOURLY MINIMUM WAGE RATE - TRUCK DRIVERS. _
RATE SEQ. NO.
5.45 EXPLOSIVE TRUCK - FIELD MIX- L91770315
191770320 _
TRANSIT-MIX USED EXCLUSIVELY IN HEAVY CONSTRUCTION 19-770330
5.44 0 TO AND INCLUDING 4 112 YARDS 191770340
5.59 OVER 4 112 YARC1 TO AND INCLUDING 6 YARDS 191770350
5.74 OVER 6 YARDS TO AND INCLUDING B YARDS 191110360
5.89 OVER B YARDS TO AND INCLUDING 10 YARDS . 11170370
6.04 OVEP 10 YARDS TO AND INCLUDING 12 YARDS 191770380
6.19 OVER 12 YARDS TO AND INCLUDING 16 YARDS 191770390
6.34 OVER 16 YARDS TO AND INCLUDING 20 YARDS t917704D0
6.49 OVER 20 YARDS 1917704/0
I9:770420
5.25 WRECKER, TON TRUCK -- - - - 191770425
5.15 PICKUP TRUCK 191770430
5.15 SWAMPERS 191770440
5.45 SLURRY TRUCK 1917704
5.25 SPREADER. FLAHERTY 1917704600
S.IS _ESCORT OR PILOT CAR ^, 19177047.
5.25 BUS OR MAN HAUL 1917704
5.15 TEAM DRIVER L91770490
0
495
5.45 SNO GO 91770
_. ...._ —__�—. 191770500500
WATER WAGON AND TANK TRUCK 191770510 p
5.25 UP TO 1600 GALLONS J _ _ 191770520
5.4E OVER GALLONS TO 300E 6ALLONS
--— -'- -- 191770530
5.55 OVER 300E GALLONS 9177050 1 _
91770550
WINCH TRUCK 1917705
5.25 SINGLE REAR AXLE 19177 05700
5.45 DUAL REAR AXLE 19I77P580
_ -.. .._.. _.__. . ._ 191770590
BULL LIFTS. 0R SIMII'.R E0UIPMENT USED IN LOADING OR 191770600
UNLOADING IwUCKS TRANSPORTING MATERIALS ON JOB SITES _ 191770610
5.25 WAREHOUSING - 191770620
5.57 OTHER THAN WAREHOUSING 191770630
1917706,40
c 5.15 WAR.HOUSEMEN - 191770650
r- 5.15 LEVERMAN AND LOADERS AT BUNKERS AND BATCH PLANTS 191770640
m
•--— �� i WAGE RATES - NORTHWESTERN WASHINGTON
-030-
1
HOURLY MINIMUM WAGE RATE - TRUCK DRIVERS.
PATE SEQ. No.
5.59 A-FRAME. HYDRALIFT TRUCKS WHEN A-FRAME OR HYDRALIFT IS USED 1917706TO
5.55 BULK CEMENT TANKER 141770680
5.25 GREASE TRUCK AND/OR FUEL TRUCK DRIVER 191773690
191770700
WAGE SCALE FOR OPERATORS OF EQUIPMENT TO BE OPERATED ON 19IT707tO
MEAVY CONSTRUCTION AND NOT LISTED HEREIN SHALL BE _ _ _ _ 191770720
NEGOTIATED AT THE TIME SUC" EQUIPMENT IS TO BE OPERATED 19217D730
19L770740
EMPLOYEES OPERATING EQUIPMEN: UMDERGROUSD WILL RECEIVE-TEN. /11770750
PERCENT 1N ADDITION TO THE ABOVE RATES 19177076E
/91770770
FRINGE BENEFITS - TRUCK DRIVERS _ _ 192770760
HEALTH ANO WELFARE 37 CENTS - - - ---�-` 19I770790
PM 1014 FUND 30 CENTS 191770600
r
WAGE RATES - NORTHWESTERN WASHINGTON
-011-
i
HOURLY MINIMUM WAGE PATE - LABORERS. 192000OLO
RATE SEU. NO.
THE FOLLOWiHG CLASSIFICATIONS AND RATES OF WAGE ARE FOR ALL 192000020
_ THE COUNTIES IN THE NORTHWESTERN WASHINGTON AREA AS 1920000f0
LISTED ON PAGE 1, EXCEPT LABORERS IN THE WESTERN PORTION - I9200ODII
OF THE FOLLOWING COUNTIES, NAMELY. CHELAN. DOUGLAS, 1920o0032
KITTITAS. OKANOGAN. AND YAKIMA + SEE INDIVIDUAL LISTING. 192000033
192000040
4.95 CEMENT DUMPER - PAVING _ _ 192800040
4.80 CONCRETE SAW OPERATOR - � 192800050
4.70 DUMPMAN 192600060
192800070
FALLER AND BUCKER 192600080
4.70 HAND 192800090
4.90 CHAIN SAW 192300100
L920001LO
4.85 FORM SETTER - STEEL FORMS 1928COLZO
__ _ 192300130
GENERAL LABOR - 192300146
4.60 NIPPER, TRUCK SPOTTER, PITMAN, BRUSH CUTTER, CHOKER SETTER, 192100150
CONCRETE AND MONOL•THIC LABORER, ASPHALT LABOREW, DITCH- 192BOO160
DIGGER, POT TENDER. DRIERMAN. CONCRETE FORM STRIPPER, 192800170
CARPENTER HELPER. TRACK LABORER. FLAGMAN 192300180
4.75 GROUTMAN - PRESSURE 192800190
4.90 ---- HIGH SCALER 192800200 '
4.VJ MOATARMAN AND HOD CARRIERS 192800210
4.85 NOLZLEMAN - SANDBLAST. GUNITE. SHOT-CRETE 192AO0220
4.90 PIPE LAYER AND CAULKER, PIPE WRAPPER 192300230 E
4.80 PIPE POT TENDERER 19280021#0
4.95 PO%DEAMAN 192800250
4.70 POWDERMANS HELPER 19280026E
4.80 POWER WHEEL BARROW OR BUGGY 192800270
__. L92600280
POWER TOOLS - HEAVY DUTY 192800290
4.60 JACKHAMMER. PAVEMENT BREAKER VIBRATORS. TAMPERS - MULTIPLE 192800300
ANO SELF-PROPELLED - RAILROAD SPIKE PULLER 1928OU310
192800320
` POWER TOOLS - LIGHT DUTY 192600330
c
ro
PAGE RATES - NORTHWESTERN MASHINGTDN
-OIZ-
1
HOURLY MINIMUM WAGE RATE - LJBURtRS• -.----
RATE SEQ. NO.
4.75 CHIPPERS, GRINOERS♦ TAMPERS. AND SIMILAR ELECTRIC AND AIR 192600440
OPERATED TOOLS 192800150
4.80 RAKER - ASPHALT 1928003
4.05 RODGER 1928003700
4.70 SLOPER - OVER 70 FEET 19
4.85 SPREADER - CARRIES GRADE WITH RODOER 19ZS00300390
0
4.75 SWINGING SCAFFOLD OR BOATSWAIN CHAIR OVER WATER OR OVER 142000400
25 FT. IN HEIGHT 192800410
4.90 TIMBERMAN - SEWER 1478004ZO
4. 0 WAGON DRILLER AND Af1TRAC 192800430
4.70 WAGON DRILLERS HELPER 192800440
197800450
TUNNEL 1.DRK 192800460
4.90 MINER - INCLUDING MONOLITHIC WORK I9Z8GO470
4.95 MINER. SHAFT AND RAISE 192600480
4.90 SPADER 192800490
5.05 POWOERMAN 192800500
4.80 PUWOERMANS HELPER 192800510
4.90 RE-TIMBERMAN /92800520
4.70 CHUCK TENDER 1928CO530
4.70 MOCKER AND LABORER 191800540
4.70 NIPPER 192800550
4.70 BRAKEMAN 19ZB00560
4.65 TOPMAN .ND BULL GANG 192800570
4.90 MAINTENANCE MAN /92800580
192BOOS90
COFFERDAM WORK - MINERS SHALL BE EMPLOYED ON WORK WITHIN OR 197600600
BEHIND COFFERDAMS IF HAZARD IS EQUIVALENT 19Za00610
TO SHAFT EXCAVATION 1926006ZO
_ L92800630
COMPRESSED AIR WORKERS- 192BOU640
45.20 1 LB. THROUGH l4 LBS. - 6 HOURS WORK 192400650 .'
47.90 OVER 14 LBS. THROUGH 18 LBS. - 6 HOURS WORK _ _ 197800660
47.90 OVER IB LBS. THROUGH 22 LOS. - 4 HOURS WORK 192000A70
68.15 OVER 18 LBS. THROUGH 22 LBS. - 6 HCURS WORK 192800660
52.10 OVER 22 LBS. THROUGH 26 LBS. - 4 HOURS WORK 19ZB00690
54.50 OVER Z6 LBS. THROUGH 32 LBS. - 4 HOURS WORK 192800700
57.20 OVER 32 LFS. THROUGH 38 LBS. - 3 HOURS WORK 19Z800710
WAGE RATES - NORTHWESTERN WASHINGTON
-013-
HOURLY NIMINUM WAGE RATE - LABORERS-
RATE _-_
SEQ. NO.
58.50 OVER 38 LBS. THROUGH 44 LBS. - 2 MGURS WORK 192800720
39.20 OUTSIDE LOCK AND GAUGE TENDER - PER SHIFT 191800730
--- . _ 192A00T40
FRINGE BENEFITS - LABORERS 191800750
HEALTH AND WELFARE 30 CENTS 192800160
PENSION FUND 30 BENTS 19Z800770
APPRENTICE TRAINING FUND 2 CENTS 142900140
c
-01A-
HOURLY MINIMUM WAGE RATE - BUILDING TRADES FOR KING CCUNTY 017000010
RATE SEQ. N0.
ASBESTOS WORKERS 017040020
5.92 JOURNEYMAN 017040033
017040040
FOREMAN - 25 CENTS PER HOUR OVER JOURNEYMAN 017040050
01704G060
HEALTH C WELFARE 20 CENTS 011040070
PENSION FUND 25 CENTS 017040080
OCCUPATIONAL HEALTH 6 RESEARCH FUND 1 CENT _ _ 017040090
BOILERMAKERS AND BLACKSMITHS OL7010100
6.40 FOREMAN _ 01707DI10
6.15 ASSISTANT FOREMAN -LEADMAN- OX1070120
5.90 BOILERMAKER-BLACKSMITM 017070130
__ _ 01T070150
HEALTH I. WELFARE 30 CENTS 017C70160
PENSION 40 CENTS 011070170
YACATIGN 30 CENTS 0170TOLAO
APPRENTICESHIP 2 CENTS 017070190
BRICKLAYER L MARBLE MASON _ OL710OZOO
5.87 JOURNEY.'4N BRICKLAYER 011710C210-
5.67 STr%E MASONS 011100220
5.37 SLOCKLAYER _ _ 017100239
5.87 CLEANERS. POINTERS I. CAULKERS - J 017100240
5.87 EXTERIOR MARBLE MASONS 0171CO250
5.37 _ INTERIOR MARBLE MASONS _ 017100260
6.37 - FOREMAN - OVER 5 MEN 017100270
6.12 FOREMAN - 1 TO 4 MEN OL7100280
017100290
HEALTH L WELFARE 15 CENTS 017100300
PENSION FUND 18 CENTS 017100305
CARPENTERS Ot7130310
5.30 JOURNEYMAN CARPENTER 0171'-0320
5.40 CARPENTERS ON CREOSOTED MATERIAL 017130330
SAWFILERS♦ STATIONERY POWER SAW OPERATORS, FLOORFINISMERS 017130340
FLOORLAYERF. FLOORSANDERS. SHINGLER 1 OPERATORS OF 017130350
WAGE RATES - BUILDING TRADES FOR KING COUNTY
-104-
HOURLY MINIMUM WAGE RATE - BUILDING TRADES FCR KING COUNTY
RATE SEO. N0.
5.43 OTHER STATIONERY POWER WOODWORKING TOOLS 017130360
5.45 MILLWRIGHTS A140 MACHINE ERECTORS OI7130370
5.45 PILEDRIVERS, BRIDGE , DOCK C WHARF BUILDERS 017130380
5.50 BOOM MEN 017130390
5.86 ACOUSTICAL WORKERS 017130400
5.86 ACOUSTICAL FOREMAN _ 017L304I0
5.85 MILLWRIGHT FOREMAN 017130420
5.70 CARPENTER FOREMAN 017130430
5.90 PILEORIVER FOREMAN ____ _ 017130440
PILEDRIVER FOREMAN - ON POWER RIGS WHILE DRIVING AND/OR 017130450
6.00 PULLING PILING 017130460
RIGGERS. INCLUDING SIGNALMEN. BURNERS C WELDERS SHALL _ _ 017/30470
BE PAID ACCORDING TO CLASSIFICATION IN WHICH WORKING 01713048D
EMPLOYEES ON BOATSWAIN CHAIRS. SWINGING SUSPENDED 017130490
SCAFFOLD E HOIST TOWER CONSTRUCTION OVER 50 FEET _ 017130500
SHALL RECEIVE 2S CENTS PER HOUR OVER JOURNEYMAN OI7330510
EMPLOYEES IN TUNNELS SHALL RECEIVE 101 OVER JOURNEYMM 017130520
- --- _
HEALTH C WELFARE 20 CENTS 017130530
PENSION 011130540'
20 CENTS 017L30550
APPRENTICE FUND 1/2 CENT 017130555
CARPET, LINOLEUM E SOFT TILE LAYERS 017160560
5.01 _ JOURNEYMAN - LESS THAN 1 YEAR OLT160570
5.11 JOURNEYMAN - MORE THAN 1 YEAR 017160580
017160590
HEALTH G WELFARE 17 CZXTS 017160400
P,NSION FUND IS CENTS 017I606L0
APPMENTICESHIP FUND 3 CENTS 0171606.0
CEMENT MASONS 017190630
5.45 CEMENT MASONS 01719064E
5.70 COMPOSITION, COLORS, MASTIC PLASTICS C LIQUID VINYLS 017190650
5.70 TROWEL MACHINE 017IgQ66O
5.70 PAVING FLOAT MACHINE 017190670
GRINDER. CHIPPING GUN E BUSH HAMMER - WHEN FINISHING 017190680
5.70 WORK 15 70 FOLLOW O17190690
5.70 GUNNITL NO2ZLEMAN 017190700
WAGE RATES - BUILDING TRADES FOR KING COUNTY --
-105-
HOURLY MINIMUM WAGE RATE - BUILDING TRADES FOR KING COUNTY
$EO. NO.
RATE _
017190710
FOREMAN DIFFERENTIAL - 25 CENTS WHEN SUPERVISING I TO 017190720
AND INCLUDING 5 MEN OTHER THAN HIMSELF. 37 112 CENTS 017190730
WHEN SUPERVISING 6 OR MORE MEN OTHER THAN HIMSELF. THE 017190740
FOREMAN DIFFERENTIAL SHALL APPLY OVER THE HIGHEST 017190750
PAID MAN UNDER HIS DIRECT SUPERVISION. _ _ _ -_017190760
017190770
HEALTH C WELFARE 25 CENTS 017190780
-- '---"--'-'"— 01722G790
ELECTRICIANS 017220800
5.845 JOURNEYMAN WIREMAN L TECHNICIAN _ 017220810
GENERAL FOREMAN - 201 OVER JOURNEYMAN 0172ZO620
FOREMAN - IOS OVER JOURNEYMAN 017220930
CABLE SPLICER - LOT OVER JOURNEYNA•1 017220840
_.CONSTRUCTION STOCKMAN - 501 OF JOURNEYMAN 017270850017220860
HEALTH C WELFARE 14 CENTS 017220570
PENSION FUND 3T OF GROSS 017220880
017250890
ELEVATOR 017250900
6.47 ELEVATOR CONSTRUCTOR FOR--MAN 0172509I0
5.7s t:[VATG4 CONS iA.ZTOA MECHANIC 017250920
4.025 ELCVATOR CONSTRUCTOR HELPER Oi7250930
2.475 PRGBATICNARY HELPER 017250940
HEALTH C WELFARE 12 112 CENTS 01725095'
PENSION 15 112 CENTS 017250960
VACATION UNDER 5 YEARS, 3 PERCENT HOURLY WAGE OI7250970
VACATION OVER 5 YEARS, 5 PERCENT HOURLY WAGE OL7250930
017280990
GLAZIERS 017281000
5.05 JOURNEYMAN --- -- '" 017281010
HEALTH C WLLFARE 12 CENTS 017281020
PENSION FUND 15 CENTS 017281030
APPRENTICE FUND 1 CENT OLT2B1031
C _
ro
WAGE RATES - BUILDING TRADES FOR KING COUNTY
-106-
30UALY MINIMUM WAGE RATE - BUILDING TRADES FOR KING COUNTY
SEG. NO.
RATE
IRONWORKERS 01731/040
0173110
5.N5 STRUCTURAL
S.as ORNAMENTAL _ 0173110600
5.85 MACHINERY MOVER, MACHINERY ERECTOR 01731 017311LO80
0
5.85 RIGGERS AND SIGNALMEN 0171190
5.85 WELDERS G BURNERS __. . . /00
S.SS FENCE ERECTORS 017311
5.85 SHEETERS 013111/0
5.70 REINFORCING 0113L
01731I1130
0
FOREMAN - .30 PER HOUR OVER JOURNEYMAN WITH 3 MEN OR LESS 017311140
.SS PER HOUR OVER JOURNEYMAN WITH 4 MEN OR MORE 017311150
WORK REQUIRING FULL FACE MASK WITH REMOTE AIR FILTER OL7311170
SHALL RECEIVE 25 CENTS PER HOUR OVER JOURNEYMAN 017311180
017311190
HEALTH G WELFARE 35 CENTS 01131120u
PENSION 20 CENTS 017311210
APPRENTICESHIP FUND I CENT 017311225
017371230
LATHERS 017371240
5.45 JOURNEYMAN - INCLUDES 25 CENTS VACATION PAY - 017371250
HEALTH G WELFARE 18 CENTS OL7371260
LOCAL APPRENTICE FUND I CENT 017371270
NATIONAL APPRENTICE FUND 1 CENT 017311290
- -- 017471420
PAINTERS 017471430
5.21 JOURNEYMAN PAINTERS 017471440
5.21 JOURNEYMAN STRIPERS 011471450
5.21 JOURNEYMAN FAPLRS 0
0174714
60
SPRAY, SANDBLASTING. SWING STAGE, BRIDGES. TONERS. TANKS 0174714
OR LEGS, STEEPLES, STACKS. TOXIC MATERIALS. BITUMASTICS _.__._- 017471470
S.41 E OPEN STRUCTURAL STEEL 017471490
FOREMAN - .50 PER HOUR OVER 017471500
THE H131+EST JOURNEYMAN CLASS 017471510
017471518
- - WAGE RATES - BUILDING TRADES FOR KING COUNTY
-to?-
HOURLY MINIMUM WAGE RATE - BUILDING TRADES FOR KING COUNTY -
SEQ. NO.
RATE
HEALTH C WELFARE 11 CENTS 017471520
PENSION FUND 15 CENTS 01747I530
APPRENTICE FUND l CENT 0174TIS40
PLASTERERS O1750ks50
0I7501S60
5.18 JOURNEYMAN - INCLUDES 25 CENTS VACATION PAT
017
50IS70
HEALTH C WELFARE 20 CENTS 011501580
TENSION FUND 25 CENTS 017501590
LOCAL APPRENTICESHIP FUND 1 CENT 017501600
NATIONAL APPRENTICESHIP FUND 1 CENT 017501610
PLUMBERS C PIPEFITTERS 017531620
5.90 JOURNEYMAN PLUMBER C PIPEFITTER 017531630
O17S31640
FOREMAN - 45 CENTS PER HOUR OVER JOURNEYMAN 17531650
GENERAL FOREMAN - TO CENTS PER HOUR OVER JOURNEYMAN OLTS31660
017531680
HEALTH C WELFARE 22 CENTS 17531700
0 0
PFNSION 30 CENTS 1
VACATION 33 CENTS 01753153 _
APPRENTICESHIP 2 CENTS 01753977200
REFRIGERATOR MECHANICS 017561730
5.90 JOURNEYMAN 017561140
017561T50
ME'.L•H C WELFARE 21 CENTS 0/7561760
PENSION FUND 21 CENTS 017561770
VACATION FUND 33 CENTS OL7561780
APPRENTICE FUND 2 CENTS 011561790
ROOFERS AND WATERPRO13FERS 017591800
5.68 JOURNEYMAN 0175918
5.68 KETTLEMEN 01T591820
0
5.93 TILE 1. SLATE ROOFERS 017591840
FOREMAN - 15 CENTS PER HOUR OVER HIGHEST CLASSIFICATION 01759laso
SUPERVISED
1460
r�
WAGE RATES - BUILDING TRADES FOR KING COUNTY
-108-
HOURLY MINIMUM WAGE MATE - BUILDING TRADES FOR KING .'O'JNTV
RATE SEQ. N0.
wl
HELPERS - 851 Of JOURNEYMAN 017591870
0.75i9IRB0
HEALTH C WELFARE 20 CENTS 017591890
PENSION FUND 10 CENTS 017591892
SHEETMETAL WORKERS 017621900
6.72 FOREMAN SHEETMETAL WORKER 017621910
6.17 JOURNEYMAN SHEETMETAL WORKER 017621920
5.53 WELDER _ _ 01762/930
14.99 MATERIAL MAN 017621940
0176ZI950
HEALTH C WELFARE 22 CENTS _ _ 017621960
PkRSIOk FUND 25 CENTS 017621970
Arprnf'el FJnd 1 Cent
SPRINKLER FITTERS _ _ _ 0I7652140
6.49 JOURNEYMAN SPRINKLER FITTER 017652150
017652160
FOREMAN - 50 CENTS PER MR OVER JOURNEYMAN 017652170
O 17652180
HEALTH C WELFARE 11 CENTS 017652190
PENSION IS CENTS 017652200
TERRAZZO WORKERS 017662210
5.22 JOURNEYMAN _ _ 017692720
Ot7681230-
HEALTH C WELFARE is CENTS O17602240
PENSION FUND 15 CENTS _ 0176522SS
TILE SETTERS 017T12260
5.17 JOURNEYMAN 017712270
o t 771zzeo
HEALTH C WELFARE 15 CENTS 017712290
PENSION FUND I8 CENTS 017712295
TILE, MARBLE C TERRAllO HELPERS 017722300
4.60 HELPERS - EXPERIENCED 017722310
4.35 1NEXPERIENCE3 - IST 6 MONTHS 0177223LI
017722320
WAGE RATES - BUILDING TRADES FOR KING COUNTY
-109-
HOURLY MINIMUM WAGE RATE - BUILDING TRADES FUR KING COUNTY
SEQ. NO.
RATE
HEALTH L WELFARE 15 CENTS 017722330
c.
c
r
N
WAGE RATES BUILDING TRADES FOR KING COUNTY
-110-
MINIMUIN WAGE AFFIDAVIT FORM
City of Renton
COUNTY OF
I, the undersigned, having been duly sworn, depoke, say and certify that in
connection with the performance of the work, payment for which this vcucher :.s sub-
mitted, I have paid the following rate per hour for each classification of laborers,
workmen, or mechanics, as indicated upon the attached list, now referred to and by
such reference incorporated in and made an integral part hereof, for all such employed
in the performance of such work; and no laborer, workman or mechanic so employed upon
such work has been paid less than the prevailiing rate of wage or less than the minimum
rate of wages as specified in the principal contract; that I have read the above and
foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
S7EEL CO.
C '�J C. It.DART'07', A,',-See,
!CONTRACTOR,f")/nsdJxV6-h.-yy 'W-" w- rk CO,
,q ,_Vv l
Subscribed Aand sworn to before me on this day of
19X.
ITofery�STic Ile am For tnebtage 0
Residing at /? Uv (;2 Q�
GERALD 9;ATCKEY
MY CmnmaliM Ea ,Mfi Aug.9,1970
GERAID SIATCMLEY JUl 2 5 190
onus
,,"I COUNTY
GENERAL CONDITIONS
A. DEFINITION$
A-1. Contract Documents. The "Contract Documents" consist of the
Advert sament or Bids, the Proposal, the Contract, the Perfon.ance Bond,
the Information for Bidders, the Special provisions, the General Conditions,
the Specifications, and the Plans, including all modifications thereof
Incorporated Into the Documents before their execution. These form the
Contract.
A-2. Owner, Contractor, Bidder. The "Owner," "Contractor," and "Bidder"
are those named as such in the Contract Documents.
A-). Englneer. Wnerewr the word "Engineer" occurs in these Contract
Documents, the word shall signify the firm of Cornell, Howland, Mayes a
Merryfield, which has been designated by the Owner to be the Engineer fnr
the work.
A-4. Written Notice. The tens "Written Notice" shall signify a written
m communication de IvereaT In person or by certified or registered mail to the
-p Individual, or to a member of the firm, or to an officer of the corporation
for whom It is Intended. Certified yr registered mail shall be addressed to
u the last business address known to him who gives the notice.
A-5. Work. The word "Work" within these Contract Documents shall In-
clude a 1 material , labor, tools, and all appliances, machinery, transporta-
tion, and appurtenances necessary to perform and complete the Contract, and
such additional Items not specifically Indicated or described which can be
reasonably inferred as belonging to the item described or indicated and as
required by goo.' practice to provide a complete and satisfactory system or
structure.
B. CONTRACT DOCUMENTS
B-1. Intent of Contract Documents. The Contract Documents are comele-
mentary, and w at s ca ed for by-any shall be as binding as if called
for by all. The intent of the Documents is to Include all work (emcept
specific items to be furnished by the Owner), necessary for completion of the
Contract. Materials or work described in words which so applied have a well-
known technical and trade meaning shall be hold to refer to such recognized
standards.
B-2. Discre ancies and Omissions. Any discrepancies or omissions found
in the Contract ocu:ants sh al be rrpoi ted to the Engineer Iimmediately. The
Engineer will clarify discrepancies or omissions, in writing, within a reason-
able time.
In resolving inconsistencies among two (2) or more sections of the Con-
tract Documents, precedence shall be given in the following order:
Gen. Cord. -I-
W
JUL 5 1969
Contract
Special Provisions
General Conditions
Special Specifications
Plans
Standard Specifications
Figure dimensions on Plans shall take preeedenoi over scale dimensions;
detailed Plans shall take precedence over general Plans.
8-3• Aiterati ons. The Owner, without invalidating the Contract, may
order extra worn or make changes by altering, adding to, or deducting from
the work, the Contract being adjusted accordingly. All such work shall be
executed under the conditions of the original Contract, except as specifically
adjusted at the time of ordering such change.
In giving instructions, the Engineer may order minor changes in the work
not involving extra cost and not Inconsistent with the purposes of the struc-
ture; but otherwise, except in an emergency endangering life or property, extra
work or deductions from the work shall be performed only in pursuance of a
written order from the Owner, signeo or countersigned by the Engineer, or a
written order from the Engineer stating that the Owner has authorized the
deduction, extra work, or change; and no claim for additional payment shall
be valid unless so ordered.
if the work is reduced by alterations, such action shall not constitute
a claim, for damages based on loss of anticipated profits.
B-4. Verification and Warranty. The Contractor shall determine the
nature and location of the work, the general and local conditions, and all
other matters which can in any way affect the work under this Contract. Fail-
ure to make an examination, necessary for this determination shall not release
the Contractor from the obligations of this Contract. The Contractor warrants
that no verbal agreement or conversatlon with any officer, agent, or employee
of the Owner, either before or after the execution of thit Contract, has
affected or modified any of the terms or obligations herein contained.
11-5. Copies to be Kept on the Work. The Contractor shall keep one (I)
copy of the Contract Documents on the work, in good order, available to the
Engineer and to his representatives.
8;6. Copies to be Furnihe on Furnished. The Engineer will furnish to the C -
tractor, on request and free—,charge, six lb) copies of the Contract
Documents and six (6) set, of full-size Plans or a sepia of the tracings.
Additional copies of Contract Documents or Plans may be obtained on request
by paying the actual cost of reproducing the Contract Documents or Plans.
B-). Ownership of Drawings. All Plans, Drawings, Specifications, and
copies thereo urn s ed by the Engineer are his property. They are not to
be used on , :her work and, with the exception of the signed Contract set,
are to be returned to him on request at the completion of the work. All
models are the property of the Owner.
Gen. Cond. -2-
W
C. THE ENGINEER
C-I. Authority of the En imer. The Engineer :hall be the Owner's
representative during the construction period. His authority and responsi-
bility shall be limited to the provisions set forth In these Contract
Documents. The Engineer shall have the authority to reject all work and
materials and to stop the :ork whenever such rejection and/or stoppage may
be necessary to insure execution of the Contract in accordance with the
intent of the Contract Documents.
C-2. Duties and Res si bill ties of tha Engineer The Engineer shall
make periodic visits to the site o ' pro' .t to observe the progress and
quality of the work and to determine, in general , If the work is proceeding
in accordance with the intent of the Contract Documents. He shall not be
required to make comprehensive or continuous Inspections to check quality or
quantity of the work, and he shad not be responsible for co. struution weans,
rethods, techniques, sequences or procedures, o: for safety precautions end
programs in connection with the work. Visits and observations made by the
Engineer shall not relieve the Contractor of his obligation to Conduct tom-
prehensive Inspections of the work and to furnish materials and perform
acceptable work, and to provide adequate safety precautions, :n conformance
with the intent of the Contract.
The Engineer shall make decisions, in writing, on all claims of the
Ow,er or the Contractor arising from interpretation or execution of the
r ontract Occuments. Such decision %hall be necessary before the Contractor
car, receive additional money under terms of the Contract. Changes in work
or extra work ordered by the Engineer shall be made In compliance with
Article B-3 of the General Conditions.
One or :,ore inspectors may be assigned to observe the work and to act In
matters of construction under this Contract. It is understood that such
inspectors shall have the power to issue instructions and make decisions
within the timitati ons of the authority of the Engineer. Such inspection
shall not relieve the Contractor of his obligations to cend,,ct comprehensive
insrections of the work and to furnish materials and perform acceptable work,
and to provide adequate safety precautions, in conformance with the intent of
the Contrau.
C-3. Rejected Haterial. Any material candemned or rejected b, the
Engineer or his authorized inspector because of ninconformit/ vith the
Contract Documents shall be removed at onoe from the vicinli, of the work
by the Contractor at his own expense, and the same shall not be used on the
work.
C-4. Unnoticed Defects. Any defective ork or m. terisl that my be
discovered by the Engineer before the final acceptance of work, or before
final payment has been made, or during the guarantee period, shall be
rerx,ved and replaced by work and materials which shall conform to the pro-
visions of the Contract Documents. failure on the part of the Engineer to
cpi or reject bad or Inferior work or materials shall not be constr ao
to imply acceptance of such work or materials.
Gen. Cond. -3-
JUL2�
C- Ri ht to Retain 1 fact Work. If any part or portion of the
work are or ale;er a ,;;Or'
d under t s Contract shall prow defective and not in accordance with the Plans and Speclflcatims, and If the I- r-
faction In the save shall net be of sufficient magnitude or Importance as
to sake the work dangerous or undesirable, or if the removal of such work
will create conditions which are dangerous or undesirable, the Owner shall
have the right and authority to retain such work but shall sake such
deductions In the final payment therefor as ney be just and reasonmole.
C-b, Lines and Grades. Lines and grades shall be established as pro-
vided to the opec a Prpv7r%lons. The Contractor shall make every effort to
notify the Engineer at least three (3) days in advance of the time when the
line and grade will be needed, The CGntraetor will not be allowed extens(ons
of time because of delays caused by insufficient IIM end grade. .411 stakes,
marls, and other information shall be carefully preserved by the Contractor;
and in cases of their careless or unnecessar destruction or removal by him
or his employees, such stakes, merks, and other information shall be replaced
by the Engineer at the C,xrt Tact or's expense. The Contractor shall be respon-
s;b'• for the transfer to the structure of the lines and grades as set by the
Enq,neer,
C-J, Sfo� Drawl �. The Contractor shall vmit. In quadruplicate, to
the Engineer of r h'is review, such shop drawings and/or catalog cuts for
fabricated Items and renufactured items (including machanicai and electrical
equipment) required for the construction• Drawings shall be submitted In
sufficient Elea to allow the Engineer not less than tan (10) regular working
days for examl,ing the drawings.
These drawings shall be accurate, dist'nct, and complete, and shall
contain all required information, including satisfactory identification
Of items, units, and assemblies in relation to ;.he Contract drawings and
Specifications.
Unless otherwise approved by the Engineer, shop drawings shall be Sub-
mitted only by the Contractor, who shall indicate by a signed stagy on the
drawings, o- other approved means, that he (the Contr -tpr) has checked the
shop drawings, and that the work shown is in ac rordan with .ontract require-
"Oats and "as been checked for dimensions and relatigz :.hip with work of all
other trades involved. The practice of submitting Incomplete or unchecked
shop diariings for the Engineer to correct or finish will not be acceptable;
and shop drawings which, in the opinion of the Engineer, clearly Indicate
that they haw not been checxed by the Contractor will be considered as not
comply"g with the intent of the Contract Documents and will be returned
to the Contractor for resubmission in the proper form.
When the shop drawiags have been roviowed by the Engineer, two (2) sets
of submittals will be returned to the Contractor appropriately stamped. if
major changes or corrections are necessary, the drawing may be rejected and
one (1) set will be returned to the Contractor with such changes or correc-
tions indicated, and the Contractor shall correct and resubmit the drawings,
In quadruplicate unless othe miss directed by the Engi Mar. No changes shall
be made by the Contractor to resubmitted shop drawings other than those changes
Indicated by the Engineer.
Gen. Cond. -4-
W
The review of such drawings and catalog cuts by the Engineer shall
not relieve the Contractor ;rea responsibility for correctness of dimension,
fabrication dotal is and space requirsaants, or for deviations from the Con-
tract drawings or Specifications, w less the Contractor has called attention
to such deviations in writing by a letter accompanying the drawings end the
Engineer approves the change or deviations In writing at the time of sub-
mission; nor shall review by the Engineer relieve the Contractor from the
esponsibility for errors i.i the shop drawings. When the Contractor does
cell such deviations to the after. ion of the Engineer, the Contractor shall
state in his letter whether or not so.) deviations involve any deduction or
extra cost adjustmant.
C-8. Detail Crawings and Instructions. The Engineer will furnish, with
reasonable promptness, additional instructions by means of drawings or other-
wise, if, In the Engineer's opinion, such are required for the proper execu-
tion of the work. All such drawings and instructions will be consistent with
the Con•ract Docunar.ts, true developments thereof, and reasonably interablu
therefrom.
D. THE CONTRACTOR AND HIS EMPLOYEES
-I. Subcontracting. The Contractor shall, as soon as practicable
after the execution of the Contract, notify the Engineer, in writing, of
the names of the subcontractors proposed for the principal parts of the work
and for such others as the Engineer may direct, and shall not employ any that
the Engineer may within a reasonable time object to as lacking the capability
to properly perform work of the type and scope specified.
The Contractor agrees that he is as fully responsible to the Owner for
the acts and omissions of his subcontractor, and of persons either directly
or indirectly employed by them as he in for the acts and omissions of persons
directly employed by him,
Nothing contained in the Contract Documents shall create any contractual
relation between any subcontractor and the Dwr,er.
D-2. Performence Bond. The Contractor shall furnish a surety bond of
the form included herewith, in an amount at least equal to the total amount
of the Proposal, as security for the faithful perfurmance of the Contract and
the payment of all persons supolying labor and materials for the construction
of the work. Said bond shall be issued by a surety company authorized to
issue such bonds in the State of Washington and must In all respects Se
satisfactory and acceptable to the Owner. The bond shall be In force for
one (1) year after the pate of final acceptance of the work to cover all
guarantees againat defects a workmanship and materials.
D- . Insurance. The Contractor shall not commence work under this Con-
tract until he has furnished the Owner with certificates of the Insurance
specified herein showing the type, amount, cl-• i of operations covered,
effective dates, and date of expiration of policies, and containing substan-
tially the following statement: "The insurance covered by this certificate
will not be cancelled or materially altered, except after ten (10) days'
written notice has been received by the Owner."
•, Compensation Insurance. The Contractor shall maintain, during
the life o7 th s Con�[ract, War n�ian's Compensation Insurance or equivalent
Gar :and. -5-
W
JUL 2 5 %9
R.
as required by appl'cable State laws for all persons employed by him on this
work; and he shell require all subcontractors to provide similar insurer."
for all said subcontractors' employees, unless said subcontractors' employees
are covered bl the Insurance maintained by the Contractor,
b. Public Liabilityand Property Damage insurance. The Cenirnctw
shall maiotaln_Fub`rrc 1(ab; itl y and eroperty Damage Insurance against death
or injury to persons, or damage to property, during the life of this Contract;
said Insurance to be in such form as will protect Contractor, Owner, pied the
Engineer from all claims as above provided, in the follwing amounts:
(I) Public Liability Insurance not less than $100,000
Oar injuries to any one person, including accidental
death, and not less then $300,000 for each oceurwnce.
(2) Property Damage Insurance not less than $I00,000.
The Contractor's Public Liability and Property Carnage insurance shall
provide the primary coverage on all claims arising out of the performance
of the Contract, and shall name the Owner and Engineer as additional named
Insureds thereon.
c. Insurance Coverage for Special Conditions, when the construc-
tion is to be accomp shed within a public or private r:ght-of-way requiring
special Insurance coverage, the Contractor shall cor.rorm to the particular
requlr,"nts and provide the required insurance. The Contractor shall Include
In his liability policy all endorsements that the said authority may require
for the protection of Its officers, agents, employees, and Interests. Insur-
ance co,-rage for special conditions, wten required, snall be provided as set
forth ;n the Special Provisions.
d F,.e Insurance F, insurance coverage shall be provided as
set forth Tin Me Special Provltie-s.
D-4. Permits and Licet,ses. The Ccntractor shall keep himself fully
Informed of all oca ordinances. State and Federal laws in any manner
affecting the work hereir. specified. He shall at all times comply with said
ordinances, yaws, and regulations, and protect and Indemnify the Uwner and
its Officers and agents against any claim or liability arising from or baaad
on the vitiation of any su..h laws, ordinances, or regulations. All permits,
licenses, and Ins;ectiw fees necessary for prosecution and completion of the
work shall be secured and paid for by the Contractor, unless otherwise speci-
fied.
0-5• Superintendence. The Cuntccctor shall kee^ on the work, during Its
progress, competent supervisory personnel, The Contractor shall give efficient
supervision to the work, using his best skill and attention. The Contrac.or
shall be solely responsible fo- all construction means, methods, techniques,
and procedures, and for providing adequate safety precautions and coordinating
ail portions of the work under the Contract.
D-6. Reception or En�tineer's b -c:ions. The superintendent, or other
duly authorized representative of the Contractor, shall represent the Con-
tractor and all directions given to him by the Engineer shall be binding.
Such directions of major importance will be confirmed in writing. Any direc-
tion will be so confirmed ;n each case on written request from the Contracto. .
Gen. Cond. -6-
V
D-7. Sanitation. Sanitary conveniences shall be erected and maintained
by the antractor at all tines while men am employed on the work; and the
use of such sanitary conveniences shall be strictly enforced. The location
of such convanimcas shall be approved by the Engineer.
D-8. Ffll_oyeeees_. The Contractor shall employ only competent, skillful
men to�o—tie work; and whenever any person sh.-ll appear to be inco%ttent or
to act in a disorderly or Improper manner, such person shall be removed from
the work.
0.9• nequ re_m_ents of W�ashlnctton Ln for Public Contracts. *.an the
Contract Documents concarn public works of the State or any Lounty, munici-
pality, or poiitical subdivisic rented by Its laws, the applicable statutes
of the State of Washington shall apply. For this reason, the following
chapters of the Revised Code of Washington, to Include the latest additions
and -evisions, are !nee •>orated by reference as parts of these Contract
Documents:
a. 39.12 (concerning the prevailing wage rates to be paid to
journeymen and apprentices on public works, the certificates required by the
State in contracts for public works, the arbitrator in cases of dispute of
wages, and the penalties involved if these statutes are violated).
b. 39.16 (concerning the employment preference to be given residents
of the State of Washington).
C. 49.28 (concerns,,; the definition of a working day, emergency
overtime provisions, the penalties and cancellation of contracts for violation
or -hese statutes).
It is understood and agreed that all parties to this Contract shall de-
termine the contents of these applicable statutes and comply with their pro-
visicis throughout the performance of the Contract.
D-10. Safety Precautions. The Contractor shall take all necessary pre-
cautions for the safety of employees on the work and shall comply with all
applicable provisions of Federal, State, and municipal safety laws and
building codes to prevent accidents or Injury to persons on, about, or
adjacent to the premises where the work Is being performed. the Contractor
shall, without further order, provide and maintain at all times during the
progress or temporary suspension of the work, suitable barricades, fences,
signs, signal lights, and flagmen as are necessary or required to insure the
safety of the public and those engaged in the work. Th. operations of the
Contractor, for the protection of persons, and the guarding against hazards
from machinery and equipment, shall meet the requirements of the applicable
State laws and the current so ety regulations as set forth In "Safety Standards
for Construction" and "General Safety Standards" published by the Department
of Labor and Industry, ulympie, Washington.
D-11. Protection of Property. The Contractor shall continuously maintain
adequate protection of all his work from damage and shall protect the Owner's
property and the property of others from injury or loss arising in connection
with this Contract. He shall make good any such oemage, injury, or loss,
Gen. Cond. -7-
W
JUL 1969
except as may be due directly to ar., in the Contract Documents or caused by
agents or eeployaas of the Owner. He shall adequately protect adjacent
property Ns provided by yaw and in ti:e Contract Documents.
In an emergency affecting the safety of life or of the work or of adjoin-
!ng property, the Contractor, without special Instruction or authorizatioo
from the Engineer, is hereby permitted to act, at his discretion, to prevent
such threatened loss or Injury; and he shall so act, without appeal, If so
instructed or authorized. Any compensation claimed by the Contractor on
account of emergency work shall be determined by agreement or arbitration.
D-12. Materials and A liances. Unless otherwise stipulated, the Contrac-
tor sFa7f provide and pay or a arterials, labor, water, tools, equipment,
light, power, transportation, and other facilities necessary for the execution
and completion of the work.
Unless otherwise specified, all materials shall be new, and both workman-
ship and materials shall be of good quality. The Contractor shall, if required,
furnish satisfactory evidence as to the kind and quality of materials.
D-13• Access for Inspection. The Contractor shall furnish, without
extra charge, the necessary test pieces and samples, including facilities and
labor for obtaining the same, as requested by the Engineer. When required,
the Contractor shall furnish certificates of tests of materials and equipment
made at the point of manufacture by a recognized testing laboratory.
The Engineer and his representatives shall at all times have access to
the .work wherever it Is in preparation or progress, and the Contractor shall
provide facilities for such access and for inspection, Including maintenance
of temporary and permanent access.
If the Specifications, the Engineers instructions, Iaws, ordinances, or
any public authority require any wo6 to be specially tested or approved, the
Contractor shall give timely notice .f Its readiness for Inspection. Inspec-
tions to be conducted by the Engineer will be promptly made, and where practi-
cable, at the source of supply. 1. any work should be covered up without
approval or consent of the Engineer, It shall, if required by the Engineer,
be uncovered for examination at the Contractor's ex,xnse.
Re-examination of questioned work may be ordered by the Engineer; and,
If so ordered, the work shall be uncovered by the Contractor. If such work
be `ound In accordance with the Contract Documents, the Owner will pay the
cost of re-examination and replacement. If such work be found not In
accordance with the Contract 0ocuments, the Contractor shall correct the
defective work at no additional cos: to the Owner.
D-14. Royalties and Patents. The Contractor shall pay all royalty
and license fees, unless otherwise specified. Me sham' defend all suits or
claims for i+fr-ingement of any patent rights and shall save the owner and
the Engineer harmless from loss on account thereof.
11-15_ indemnity. The Contractor shall Indemnify, save harmless, and
defend the Owner and the Engineer from and against all costs, expenses, and
losses and all claims, demands, payments, suits, actions, recoveries, and
Gan. Cond. -6-
u
Judgments of every nature and description made, b•Ought, or rec~ed against
the Owner by reason of any act or omission of the Contractor, his agents or
employees, In the execution of the work or In guarding the sales.
D-16. Taxes and Char s. The Contractor shall pay a State sales tax
on items as requ red by the aws and statutes of the State of Washington,
The Contractor shall withhold and pay any and all withholding taxes, whether
State or Federal; and pay all Social Security charges and also all State
OoemPloymant Compensation charges; and Pay or "use to be withheld, as the
"se nay be, any and all taxes, charges, or fees or suss whatsoever, which
are now or may he *after be required to be paid or withheld under any laws.
$tat* sales tax shall be paid on monthly partial payments at the time
Of Payment. The State sales tax shall be paid on the amount revived by the
Contractor and also the percentage retained by the Owner.
D_17. .,,for*sean Difficulties. The Contractor Shall protect his work
and matey a s roe damage due to the nature of the work, the elements, care-
lessness of other contractors, or from in/ cause whatever until the completion
and acceptance of the work. All loss or damages *rising out of the nature of
t :r work to be done under these Cc.itract Documents, or from any unse*a obstruc-
tion or defects which may be encountered in the prosecution of the work, or
from the action of the elements shall be sustained by the Contractor.
0-18. Contractor's Rig to Stop Work or Terminate Contract. If the
work should be stopped under on order of env co-irt or other pu c ruthority
for a period of three (3) months, through no act or fault of the Contractor
or of anyone employed by him; or If the Engineer should fail to Issue any
estimate for paymant within fifteen (15) days after it is due; or If the
Owner should fail to pay the Contractor within thirty (;C) days after the
time specified In Article F-1 of these General Conditions any Sum certified
by the Engineer, then the Contractor may, upon fifteen (15) days' written
notice to the Owner and the Engineer, stop work or terminate this Contract and
recover from the Owner payment for all work executed and any loss sustained
upon any plant or material *no reasonable profit, unless raid default has
been ramedied wi•.hin said time,
D-I Correction of Defective Work After Final Acceptance. All work
including the design o mechan ca and e')'e`c`trj'caj components of equipment
and/or design of packaged contro, s
y stems which are furnished as a c
of equipment, shall be guaranteed for a period of one (I) year againstst defects
In materials and workmanship. The Contractor hereby agrees to make, at his
Own expense, all repa'rs or replacements necessitated by defects In materials
or workmanship Supplied by him that became evident within one (1) year after
the date of final acceptance of the work, The Contractor also agrees to hold
the Owner harmless from claims of any kind arising from damage due to said
defects. The Contractor shall make all repairs and replacements promptly
upon receipt of written orders for same from the Owner. If the Contractor
fails to make the repairs and replacements promptly, the Amer may do the
work, and the Contractor ono his Surety shall be Ilible for the cost thereof.
Any additional requirements for the project relative: to correction of defective
work after final ""Ptsnce are set forth In the Special Provisions.
Gen. Cond. -9-
W
JUL 2 5 %9
E_�PRO PROGRESS OF WORK
E-i• Byinni ng of the 1brk, Before work shclI be started and materials
ordered, tfe Contractor shal meet and consult with the Engineer relativ, to
materials, equipment, and all arrangements for prosecuting the work,
E-2. Schedules and P ress Re rts. Prior to starting the construction,
the Contractor she arm s the Engineer for his approval, if requested, a
schedule or schedules of expected progress of the work under the Contract
showing approximately the dates on which each part or d?vision of the work
Is expected to be stared and finished. The progress schedules $1,811 be sub-
mitted regularly and shall cover a time period satisfactory to the Engineer.
The Contractor shell also forward to the Engineer, if requested, as soon
as practicable after the first day of soon month, a summary report of the
progress of the various parts of the work under the Contract In the shops and
in the field, stating the existing stat-�s, rate of progress, estimated tine
Of completion, anJ cause of delay, if any.
E..3t Prosecution of the Work. It Is expressly understood and agreed
that the time o eg b nning, rate of progress, and time of completion of the
work are of the essence of this Contract. The work shall be prosecuted at
such time, and in cr an such part or parts of the project as my be required,
to complete the project as contemplated in the Contract Documents and the
approved construction schedule.
If the Contractor desires to carry on work at night or outside the
regular hours, he shall give timely notice to the Engineer to allow ;atis-
f►ctory arrangements to be made for Inspecting the work in progress.
E-4, Assi sent, Neither pa r-y to the Contract shall assign the
Contract or sub et It as a whop without the written consent of the other;
nor shall the Contractor assign any monies due or to become due to him
hereunder without the previous written consent of the Owner,
E-5. Dwne is Right to 00 Work. If the Contractor should, in the
opinion Or t�ngineer neg e'1 ct(o prosecute the work properly or should
neglect or refuse at his own cost to take up and replace work as shall have been rejected by the Engineer, then the Owner shall notify the surety
company of the condition, and after ten 0.) days' written notice to the
Contractor and the surety crmpany, or without notice if an emergency tr
danger to the work or public exists, and without prejudice to any other
right which the Amer may have under the Contract, take over that portion
of the work which has been i.-Vemerly executed rnd make good the deficiencies
and deduct the Cost thereof from the payments then Or thereafter due the
Contractor.
E-b. Owner's Ri ht to transfer En 1 sent. If the Contractor should
be adjudged a bankrupt; or f he shoo d make a general assignment for the
benefit of his creditors; or if a receiver should be appointed on account
of his insol vancy; or if he should persistently or repeatedly refuse or
should fail, except In cases for which extension of time Is provided, to
supPly enough properly skilled workmen or proper materials; or If he should
fall to make prompt payment to sub Con tractors or for material or labor; or
Gen. Cond, -10-
W
persistently disregard laws, ordinances, or the instrxtlws of the. Engineer;
or otherwise be guilty of a substantial violation of any prevision of the
Contract or any laws or ordinance; then the Owner, if suffice*nt cause exists
to justify such action, may without prejudice to any other right or rowdy,
and after giving the Contractor and Surety seven (T) days' written notice,
transfer the employment for said work from the Contractor to the Surety.
Upon receipt of such notice, such Surety shall enter upon the promises and
take possession of all matefials, tools, and appliances thereon for the
purpose of completing the work ifcluded under t�,is Contract and employ, by
contract or otherwise, any person or persons to finish the work and provide
the materials therefor without termination of the continuing full force and
effect of this Contract. In use of such transfer of employment to such
Surety, the Surety shall be paid in its own name on estimates according to
the terms hereof without any right of the Contractor to make any claim for
the same or my part thereof. In liev of the foregoing, if the Owner so
elects. he may terminate the employment of the Contractor wd take possession
of tie premises and of all .materials, tools, and appliances thereat and finish
the work by whatever method he may deem expedient. In such case, the Con-
tractor shall not be entitled to receive any further payment until the work
is finis!,A. If the expense of completing the Contract, Including conversa-
tion for additional managerial and administrative services, shall exceed such
unpaid balance, the Contractor shall pay the difference to the Owner.
E-7. Delays and Extension of Tine. If the Contractor be delayed at
any tlme in the progress of the work by any act or neglect of the Owner or
the Engineer, or of any employee of either; or by any separate contractor
employed by the Owner; or by changes ordered in the work; or by strikes,
lockout fire, unusual delay in transportation, unavoidable ta;ualties, or
ary causes beyond the Contractor's control which justifies the delay, then
the date for completion of the work shall be extended. Within a reasonable
period after the Contractor submits to the Engineer a written request for
an extension of time, the Engineer will present his written opinion to the
Owner as to whether an extension of time Is justified; and, If so, the
number of days extension due the Contractor. The Owner will make the final
decision on all requests for extension of time.
No such extension shall be made for delay occurring more than seven (7)
days before claim therefor is made in writing to the Engineer. In the case
of a continuing cause of delay, only one claim is necessary,
E-8. Liquidated Damages. Should the Contractor fail to complete the
work, or any part thereof, in the time agreed upon in the Contract or within
such extra time as may have been allowed for delays ;,y extensions granted
as provided in the Contract, the Contractor shall reimburse the Owner for
the additional expense and damage for each calendar day, Sundays and holidays
excluded, that the Contract renains uncompleted after the Contract completion
date. It is agreed that the amount of such additional expense and damage
incurred by reason of failure to complete the work is the per diem rate
stipulated in the Contract. The said amounts are hereby agreed upon as
liquidated damages for the loss to the Owner on account of expense due to
the employment of engineers, inspectors, and other employees after the
expiration of the tine of completion, and on account of the value of the
operation of the works dependent thereon. It is expressly understood and
Gen. Cord. -II-
W
JUL
agreed that this amount is not to be considered in the nature of a penalty,
but as liquidated damages which have accrued against the Contractor; and the
Owner is authorized to deduct the aanunt of such damages from any morales due
the :ontrattor for work performed or material furnished under this Contract;
and the Contractor and his Sureties shall be liable for any excess.
E-q, Other Con The Owner reserves the right to let other
contracts In cpnnectF on Myth this work. The Contractor shall afford other
contractors reasonable opportunity for the Introduction and storage of their
materials and the execution of their work and shall properly connect and
coordinate his work with theirs.
If any part of the Contractor's work depends, for proper execution or
results, upon the work of any other contractor, the Contractor shall Inspect
and promptly report to the Engineer any defects in such work that render
It unsuitable for such proper execution and results. His failure to so
Inspect and report shall work as fit and proper fo constitute an acceptance of the other contractor's
r the receotion of his work, except as to defects
which n..y develop in the other contractor's work after execution of his work,
E-10. Use of Premises. The Contractor shall confine his equipment, the
storage of au Leria s, and the operation of his workmen to limits shown on the
Plans or Indicated by )ow, ordinances, permits, or directions of the Engineer,
ant shall nor unreasonably encumber the premises with his materials. The
Contractor shall provide, at his Own expense, the necessary rights-of-way and
access to the work which may be required outside the limits of the Owner's
property.
The Contractor shall not load or permit any part of the structure to be
loaded with a weight that will endanger its safety.
E-I1. Use of CnEle Cad Portions. The Owner shall have the right to
take possession of and use any coop le led or partlaiiyy completed
the work, notwithstanding the time for completing th- entire work orlon of
Portions may rot have expired, but such takingsuch
be deemed an acceptance of any work not completed possession and use shall rtot
Contract Documents. If such creasesIn accordance with the
delays the c prior use increases the Lost of the work, eor
x
Y completion of Me work, the Contractor shaft be entitled to extra
compensation or an extension of time, or both. The Contractor's attention
is dirrcted to Articles E-) and F-2.
E-12. Cuttin and Patchin . The Contractor shall do ail cutting, fit-
ting, or patching o his work t at may be required to make its several parts
come together properly and fit it to receive or be received by work of other
contractors shown upon or reasonably the work or before
of acceptance implied by the Plans. Any defective
work or material, performed or furnished by the Contractor, that may be
discovered by the Engineer before the final accept
final payment has been made shall be removed and replaced of or patched, In a
manner as approved by the Engineer, at the expense of the Contractor.
Cleaning Up. The Contractor shall, at all timos, at his Own
expense, keep property on which work is in progress and the adjacent property
free from accumulations of waste material or rubbish caused by employees or
Gen. Cord. -12-
Y
MW
by the work. Upon completion of the construction, the Contractor shall, at
his awn expense, remove ail temporary structures, rubbish, and waste materials
resulting from his operations.
F. PAYMENT
F-1. Partial Pa !ant. On or about the last two (2) days of each calendar
month, the ngineer wi make an estimate of the value of the work s-:isfac-
torily completed, including acceptable material delivered. The amount of said
estimate, after deducting ten percent (I06) and all previous payments, shall
be due and payable to the Contractor not more than ten (10) days after the
last day of said month, except where the Owner is a municipality whose laws
require the approval of each payment by a council or similar body; in which
case, the amount of said estimate shall become due and payable ten (10) days
after the first meeting in the following month scheduled for approval of such
payments.
To receive partial payment for materials delivered, but not Incorporated
In the work, It shall be necessary for the Contractor to submit to the Engi-
neer at least seven (7) days prior to the end of said month a list of such
materials, with costs supported by invoices of suppliers. Proper storage and
protection shall be provided by the Contractor. Final payment shall be made
only for materials actually Incorporated in the work and, upon acceptance of
the work, all materials remaining for which advance payments had been made
shall re%ert to the Contractor, unless otherwise agreed, and partial payments
made for these items shall be 'educted from the final payment for the work.
Monthly partial payments shall be conditional upon prosecution of the
work in accordance with the provisions of the Contract and, on contracts for
any public work In the State of Washington except Federal projects, upon
filing with the Owner by the Contracto, the Wage Certification Form required
by R.C.W. 39.12.040.
Nothing contained in this article shall be construed to affect the right,
hereby reserved, to reject the whole or any part of the aforesaid work should
such work be later found not to comply with the provisions of the Contract
Documents. All estimated quantities of work for which progress payments have
been made are subject to review and correction on the final estimate. Pay-
ment by the Owner and acceptance by the Contractor of progress payments based
on periodic estimates of quantities of work performed shall not, in any way,
constitute acceptance of the estimated quantities us, J as the basis for
computing the amounts of the progress payments.
F-2. Extra Work. Any work necessary or required to carry out the intent
of these Contract Documents by changes clearly not indicated in the Contract
Documents or which cannot reasonably be implied from the inter, and meaning
of the Contract Documents shall be considered as extra work. raynxnt for any
ordered extra work or changos shall be determined by:
a. Unit prices used in the Contract 5ocuments or -greed upon
for the extra work or changes; or
b. Lump sum agreement, In writing, between the Contractor and
the Owner.
Gen. Cond. -13-
W
JUL 2 5 1969
C. Force Aecount Work, If the method of payalant cannot be agreed
upon prior to the oeginn ng orhe work, then the Contractor shall furnish
labor, equipment, and materials at costs aed rates in effect at the time the
work is accomplished plus percentage allowances as designated below;
Items of Cost on Ifnich Percentage
Payments Will Be Allowed Allowance**
(I) Payroll, for jobsite personnel* 15%
(2) Delivered costs of materials and sup-
plies actually used on the designated
work. 10%
(3) Rental on each piece of equipment,
not owned by the Contractor, having
a value in excess of $100 actually
used on the work. 10%
Rental on each piece of equipment,
owned by the Contractor, having a
value in excess of $100 actually used
on the work. Nonce
(Rental rates shall not exceed those
of the State Highway Department for
comparable equipment.)
(4) $uhcontractors' bills (if any), 101
Payment to the Contractor for labor used in the work will be made at rates
actually paid to the laborers. The time allowed will be the number of hours
worked directly on the designated work.
For equipment rented on a day or hour basis, rent&! will be all Owed for
onlN those days or hours during which the equipment is in actual use. The
rentals all Owed for enuipment will in all cases be understood to cover all
fuel, supplies, rep- s, and renewals, and no further allowances will be rude
for those Items unlr:,s specifiu agreement to that effect is made.
If the latter method of payment is used, a breakdown of the Contractor's
costs fnvol ved in any approved extra work shall be submitted to the Engineer
within thirty (30) days after said extra work has been performed.
No payment will be made for extra work billed and "Wld tted to the
Engineer after the thirty (30) day period has expired. No extra work shall
be performed by the Contractor, except in an emergency endangering life o
property, unless In pursuance of a written order, as provided in Article 0-3
Of these General Conditions.
* Including documented actual wages and fringe benefits, labor insurance,
taxes, and any other labor burdens.
**includes all other overhead and profit.
Gen. Cord. -14-
W
F-3. Release of Liens or Claims. The Contractor shall submit, by a
sans aeuptab a to the owner, evi-done that provisions have been coeds to
satisfy all liens or claim growing out of lawful demands for materials,
labor, and incidentals in connection with the work before the final DM-wmnt
or any part of the stained percentage shall became due. Such means may
Include, but are not limited to, one or more of the following:
a. Receipts in full for all items out of which a lien or claim
could arse.
b. Complete release of all liens and claim.
_a affidavit by Contractor that receipts or releases sccourt fo:
all labor, nmterlal5, or incidentals used in the work.
d. A bond to Indemnify Owns against any lien or claim.
If any lien or claim remains unsatisfied after all or are wade, the
contractor shall refund to the Cwner all monies that the latter may be com-
pelled to pay In discharging such a lien or claim, including all costs and a
reasonable attorney's fee.
F-4. Final Payment. Upon completion of the work, the Contractor shall
notify the Engineer, in writing, that he has completed his part of the Con-
tract and shall request final payment. If the work has been competed to the
intent of the Contract Documents, the Engineer shall recommend acceptance of
the completed .ark and submit a final estimate of the amount due the Contrac-
tor under this Contract. Upon approval of this final estimate by the Owner
and compliance with provisiors in Article F-3 of these General Conditions, and
other provisions as may be applicable, and within ten (10) days after the time
limit for the filing of all liens shall have expired, the Owner shall pay to
the Contractor all monies due him under the provisions of these Contract Deco-
wants.
On contracts for public works, final payment of the retained percentage
will not be made prior to thirty (30) days after final acceptance by the Owner.
Payment then will be made in accordance with R.C.M. Chapter 60.28 (Lien for
Labor, Materials, Taxes or. Public Works), and after the Contractor has filed
eith the Owner the affidavit required by R.C.W. Section 39-12.040 certifying
that he has paid not less than the prevailing rate of wages as set forth In
the Special Provisions of this Contract.
ease
Gen. Cond. -IS-
W
JUL 2 5 t969
SPECIAL SPECIFICATIONS
Foreword: The Contactor shall furnish all labor, materials, ac.-
equipment necessary or required to complete the work, in all respects, as
shown on the Plans or as here'nafter specified, or both. The numlL-ing
syster, employed in these Special Specifications is used throughout the
Contract Documents. Each section is divided, where applicable, Into A,
Scope; B, Materials; C, 'Jorkmanship; and D, Payment. This method is em-
ployed to facilitate the work of the Contractor in preparing his Proposal ,
and in following the Special Specifications during the construction.
When references to the following capitalized abbreviations are made,
they refer to Specifications, Standards, or Method> of the respective
national association. Abbreviations listed herein but not mentioned in
the Special Specifications shall be disregarded.
AASHO American Association of State Highway Officials
ACt Ansrican Concrete Institute
AFBMA Anti-Friction Bearing Manufacturers Association,
AGA American Gas Association
AGMA American Gear Manufacturer's Association
n AISC American tnstilute of Steel Construction
LL AISI American Iron and Steel Institute
AMCA Air Moving and Conditioning Association
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and Air-Condition-
ing Engineers, Inc.
ASME American Society of Mechanical Engineers
ASTM American Society fo• Testing and Materials
AWWA American Water Works Association
AWS American Welding Society
AWPA American Wool Preservers' Association
CBMA Certified Da'last Manufacturers Association
DFPA Division for Product Approval of the American Plywood
Association
Fed.
Spec. Federal Specifications
IEEE Institute Electrical and Electronics Engineers, Inc.
IPCEA Insulated Power Cable Engineers Association
:IC Joint Industry Conferences of Hydraulic Manufacturers
NEC National Electrical Code
NEMA National Electrical Manufacturers Association
NESC National Electric Safety Code
NLMA National Lumber Manufacturers Association
OECI Overhead Electrical Crane Institute
RLM RLM Standards Institute, Inc.
SSPC Steel Structures Painting Council
TEMA Tubular Exchanger Manufacturer's Association
UBC Uniform Building Code
UL Underwriters' Laboratories, Inc.
USASI United States of Am rica Standards Institute
(formerly American Standards Association)
WCLIP West Coast Lumber Inspection Bureau
Sp. Specs. -I-
-I-
JUL 2 5 IM
The numbers and letters foI Iowi no the abbreviation,. denote the Associ-
atlu 's serial designation for the Specification or Standard to which
reference is made. Unless a Particular issue is designated, all references
to the above Specifications, Standards, or h .Is shall, ir. each instance,
be understood to refer to the issue in effect (including all amendments)
on the date of the Advertisement for Bids or the Invitation for Bids.
Standard Specifications, when referred to herein, except the above,
are foune at the end of the Special Specificatior .
R RkR
Sp. Specs. -2-
-2-
IA. GENERAL REQUIREMENTS
The Contractor's attention is directed to the SPECIAL PROVISIONS, which
contain other special requirements that are pertinent to this project.
SJuSURFACE AND SITE INFORMATION. Test pits or test holes have been
excavated to indicate subsurface materials at particular locations. The
Engineer and Owner will make available to all prospective bidders, upon
request, prior to the receipt of Proposals, all information that they may
have as 'n subsurface conditions and surface topography at the work site
Investigations conducted by the Engineer of subsurface conditions are for
the purpose of study and design, and neither the Owner nor the Engineer
assumes any responsibility whatever in respect to the sufficiency or
accuracy of the borings thus made, or of the log of test borings, or of
other investigations, or of the interpietatlons made thereof, and there is
no warranty or guarantee, either expressed Or implied, that the conditions
indicateu by such investigations are representative of those existing
throughout such area, or any part thereof, or that unforeseen developments
may not occur.
A log of test borings showing a record of the data obtained by the
Engineer's investigations of subsurface conditions is %ncluded as a part
of the Contract Documents, said log represents only the opinion of the
Engineer as to the character of the materials encountered by him in his test
borings and is included only for the convenience of the bidders.
Information derived from inspection of logs of test borings, of topo-
graphic maps, or from Plans showing location of utilities and structures
will not in any way relieve the Contractor from any risk, or from properly
examining the site and making such add�t,onal investigations as he may elect,
or from properly fulfilling all the terms of the Contract Documents.
The submission of a Proposal shall be conclusive evidence that the
Bidder has investigated and is satisfied as to the conditions to be en-
countered, as to the character, quality, and quantities of work to be
performed and materials to be furnished, and as to the requirements of the
Contract Documents
TEMPORARY WATER No water is available at the project site. The Con-
tractcr shall make h's own arrangements to obtain suitable water and shall
pay ail costs.
TEMPORA?Y ELECTRIC POWER. Electric power is available at the site.
Make arrangements for obtaining a separate electric parer service and pay
all costs for th; electric power used during the constbuct-on.
Tempordry electr'r power for performance and acceptance tests at
completion of the project will be provided by the Owner.
SANITARY FACILITIES, The Contractor shall provide and maintain such
sanitary accommodations for the use of his employees and those of his sub-
contractors as my be necessary to comply with the requirements and regula-
tions of the local and State departments of health and as directed by the
Engineer
Sp Specs IA - 1
-3- JUL 2 5 US
STORAGE OF MATERIALS. Materials shall be so stored as to Insure :he
preservation of their quality and fitness for the worx. When considered
necessary, they shall be placed on wooden platforms or other hard, clean
surface-, and not on the ground, and/or they shall be placed under cover.
Stored meter:a is shall be located so as to fact l Itate prompt inspection.
Private property shall not be used for storage purposes without the written
permission of the owner or lessee.
CLEANUP. The Contractor shall at all times during the work keep the
premises clean and orderly. He shall protiptly remove all waste materials
and rubbish. All directions from the Engineer and other authorized public
officials having Jurisdiction over health and safety shall be obeyed.
Upon completion of the work, all materials, equipment, and appurtenances
not required as a part of, or appurtenant to, the •mpleted structure or
facility shall be completely removed from the Owner's property. Ali stop-
over from concreting operations and scatterings of unused concrete aggregates
shall be removed.
SPECIFIC REQUIREMENTS FOR CONTRACTORS. All contractors for the construc-
tion of the elevated water tank must be experienced in this type of work and
have a record of satisfactory construction of such tanks for a period of
at least seven (7) years.
Sp. Specs. IA - 2
-4-
2A. EARTHWORK
A• SCOPE. This section covers the work necessary for the earthwork, cc Iplcte.
B. MATERIALS.
UNCLASSIFIED F'CAVATION. Excavation is unclassified. Complete all
F ecavatlun rega. ! t.., of the type, character, nature, or condition of the
materials er.pu.,re'ed. The Contractor shall make his own estimate of the
kind and ext-.it of too various materials to be excavated in order to accom-
plish the work.
EAR1H BACKFILL. Excavated material free from roots, trash, and other
deleterious materials.
CRUSHED GRAVEL FOR BACKFILL UNDER FOOTINGS AND CONCRETE SLABS. One-inch
minus, clean, nand, crushed gravel or crushed rock, free from foreign mates al
unif- mly graded from coarse to fine and containing sufiiclent fines foe
proper compaction. Crushed gravel r crushed stone Shall confor•.n tc the
applicable State Highway Standnrd for such material .
TRENCH EXCAVATION (UNCLASSIFIED).
TRENCH EXCAVATION Trench excavation is unclassified, and the
Contractor shall repave all material regardless of the nature, type, or
conditio• of the material encountered.
GRAVEL 'OR PIPE BASE Gravel for pipe base shall be clean, 3/4-inch
minus crushed gravel. Base for plastic pipe, copper tubing, and heating
pipes shalt oe I/4-Inch minus pea gravel or reject sand
SELECTEO BACKFILL MATERIAL FOR PIPE ZONE Selected • =kf i I at the pipe
zone shall be obtained from the excavated material and shall Le free from stones,
roots, ane foreign material . Material s,•all be of suitable gradation for satis-
factory compaction. Were the excavated material at a part-cular location is
not satisfactory, the Contractor shall haul in suitable m, ial from other
portions of the trench excavation The maximum size of pare c�es shall be as
indicated below:
Max. Size of 3ackfill
Pie Material Particles
Asbestos-cement or concrete I-inch
Welded steel w/bituminous coating
and felt wrapping I-inch
Cast iron 12" and smaller 1-1/2- Bch
Ductile Iron 1-1/2-inch
Plastic (PVC 6 ASS) 6 corner tubing 1/4-inch
Galvanized steel I-inch
Elct-tric conduit 1/4-inch
In lieu of selecting suitable pipe zone material fro¢ the trench exca-
v..lon, imported 3/4-inch minus pea gravel or 1/4-inch minus pea gravel or
reject sand may be used for the respective predations required.
Sp Specs. ZA - 1
-5- JUL 2 E *K'
DACKFILL ABOVE THE PIPE ZONE . Backfill above the pipe sore shall be
materials from the excavation containing no oarricles larger than 6 Inches
in diameter. Backfl!l material : all be free from mots and construction
debris.
COMPACTION EQUIPMENT. Compaction equipment shall be of suitabl type
and adequate to obtain the densities specified and approved. Prov;c manually
operated rr_chanlcal tampers alsu as •equired rnd approved.
C. WORKMANSHIP.
CLEARING AND GRUBEIN6. The Contractor shall clsar the site within
the limits sham and sha': remove the existing trees and all brush and stumps
and waste material on the. site. Stumps and roots shall be grubbed out. Pre-
vent damage to adjacent trees which are intended to remain. Oisrose of waste
materials from the clearing by burning. Remove nonournable debris from the
site and dispose of it. Obtain all permits from the proper authorities for
burning t•ush and waste materials. Burn materials in conformance with al;
Federal, Stats, and local laws -elating to fire permits; periods of the year
when burning is prohibited; and similar requirements. Pile combustible ma-
terials to be burned and burn at locations that .,ill not damage existing trees
or endanger structures. If permits to burn cannot bs obtained, the Contractor
shall remove the material from the site at no expense to the Owner.
STRUCTURAL EYCAVAT.ON (UNCLASSIFIED) Excavation is unclassified. Exca-
vate for structures to the lines and grades shorn or as required to accomplish
the construction.. Perform all excavation egardless of the Character, nature,
or condition of the material encountered. The method used by the Contractor
is optional, except that no heagy machinery shall be operated within 5 feet of
existing structures or newly comp eted construction without the approval of
the Engineer. Excavation that cannot be done without endangering the present
or new structures shall be done with hand tools .
GRAVEL BACKFILL Ut;DER FOOTINGS AND SLABS. Grade and prepare natural
ground to receive CRUSHED GRAVEL FOR BACKFILL, and obtain Engineer's approval
prior to placing haCkflll. Provide a minimum 6-inch depth unr!er concrete
footings, slabs, sidewalks, and structur_s, and in other areas where shown.
heposit material in hor.zontal layers not exceedirg a loose thickness of
6 Inches and compact each layer to 100 percent of maximum density at cptiim,m
moisture content as determined by AASHO T 99, Methoo D, before placing the
next layer. Finisheu surface shall be at the proper elevation for the con-
crete.
EARTH BACKFILL AROUND STRUCTURES. Place EARTH BACKFILL in areas not
designated to be gravel backfill . Use material from the excavation for back-
fill. Start to backfill by pushing the material gradually Into the excavation
with mechanical equippxnt to form a slope. Then push the backfill material
onto the slope previously made ar. allow it to roll down the slope into the
area to be filled Do n ; permit f,ar fall of materizl. Do not permit rocks
or chunks of earrh in excess of 1/2 cubic fo.,t in volume to roll down the
slope. Bring backfill material to tie proper grade to allow placing of top-
soil when required.
Sp. Spars. 2A 2
-6-
TRENCH EXCAVATION Alin BACKFILL.
EXCAVATION. Trench excavation shall be performed as required for
t the installation or piping, utilities, and appurtenant..,. Obstructions to the
construction of the trench, such as tree rests, sumps, abandoned concrete
structures, and debris of all types, shall be removed by the Contractor at
his own expense without additional compensation from the Owner
TRENCH VIDTH. Minimum width of unsheeted trenches in which pipe is
to be laid shall be 18 inches greate• than the inside diameter of the pipe,
except by permission of the Engineer.. The maximum clear width will not be
limited, except in cases where excess width of excavation would cause damage
to adjacent structures; the maximum allowable clear width shall be as
datermi ned by the Engineer for the respective locations
BASE FOR PIPE. CRAVE1 rOR PIPE BASE of tie type hereinbefore specified
for test iron pipe shall be a minimum of 4 inches thick. The base shall
be placed for the full width of the trench with the top of the gravel base
at flow line grade for the pipe The gravel base shall be placed and raked
to grade ahead of thr pipe laying operation. No gravel base will be required
for cast iron pipe.
TRENCH BACKFILL AT PIPE ZONE. Backf , I ma ttrial for the cast iron pipe
sha!I be of the gradation specified hereinbefore. The pipe zone shall be
considered to extend 6 inches above the outside of the pipe and for the full
width of the trench. The entire width of the trench for the full depth of the
pipe zone shall be backfilled with b+rkflli material r oform,ng to SELECTED
BACKFILL MATERIAL. The material shall be placed in the trench in layers
not exceeding 6 inches on uoth side,, of the pipe and thoroughly tampei with
tamping sticks, supplemented by 'balking in'' the material and slicing with
shovels. Particular attention shall be paid to the underside of the pipe
to provide a solid backing and to prev-nt lateral movement during the final
backfilling procedure.
ACCESS ROAD Contractor shall provide a suitable access road to the
_ site within the limits shwm on the Plans for his use The read shall be
left in a usable condition passable to a standard 3/4-ton pit .-up
SITE GRADING. All earthwork shall be performed accurately to the lines
and grades established by the Engineer, it being understood that, within
reasonable limits of variation, the lines and grades established by the Engineer
will F, in conformity with those indicated on the Plans All ditches shall be
constructed to the cross section, alignment, and grade shown or as directed
by the Engineer. Shape, trim, and finish slopes to bring them into conform-
ity with the lines, grades, and cross sections shorn as specified. Slopes
shall be made free of all exposed roots and -ones exceeding 3 Inches in
diameter which are loose and liable to fall . Rounding tops of bars shall
be done to circular curves in general, the rounding shall be on not less
than a 6-foot radius. Rounded surfaces shall be neatly and smoothly trimmed
The practice of overexcavating and backfilling to the proper grade will not
be acceptable. The finished site grading shall be acceptable to the Engineer
D. PAYMENT. Payment for the work in this section will be Included as part
ox [ le�imp son bid.
Sp. Specs 2A - 3
-7-
IiII 251%9
---------------
26. CHAIN LINK FENCE
A. SCOPE. This section covers the work necessary for the chain link fence,
comp el ie,
6. MA.TERIAL5.
GENERAL. Materials shall be new and products of recognizrf, reputable
an, .ar to rers or producers and shall conform to these Specifit,tiuns.
Materials shall carry a tag identifying t,e manufacturer and, in the case
of fabric and barbed wire, class of zinc coating. Used, rerolled, regalve-
nized finish, or open-seam posts will not be acceptable. All materials shall
be hot-dip galvanized after fabrication. Posts and other appurtenances ;hall
have a minimum zinc coating of 2.0 ounce per square foot of surface.
FABRIC. Conform to ASTM A 392. Chain link 72 Inches high, woven Of
No. 9 gauge wire in 2-inch diamond mesh pattern, selvages twisted and barbed,
galvanized after weaving with Class II coating.
POSTS. Federal Specification RR-F-183, except as hereinafter modified.
Standard lengths for setting in ground in concrete and as required for
special conditions shown
LINE POSTS. Galvanized M-columns, 2" x 2-1/4", weight 4.1 pounds per
linear foot or 2 1/2-iro outside diameter steel pipe, weight 3.65 pounds
Per linear foot.
EMU, LORNER. ANGLE AND PULL POSTS. 2 875-inch outside diameter standard
steel pipe, weight 5.79 pounds per i-near foot
GATE POSTS. For single swing gates -p to b feet wide, 2.875-inch outside
diameter, 5.79 pounds per foot For single gates 6 feet wide to 13 feet
wide, 4-inch Outside dame ter , 9 1 pounds per foot.
BOTTOM REINFORCING VIBE Bottom reinforcing wire shall be coil spring
wire rot less than 0.177 inch in diameter. Provide tie clips of approved type
for attaching the wire to the fabric at intervals not exceeding 24 Inches.
TOP ;%IL. Tubular, 1-5/8-inch outside diameter, weight 2.27 pounds
per linear foot. Couplings to be outside-sleeve type and at least 7 inches
long Provide springs to permit expansion in rail as recommended by the
manufacturer. Top rail to extend through line post tops to form continuous
brace from end to end of each stretch of fence.
FITTINGS. Malleable steel, cast iron, or pressed steel, as required.
Fittings to include extension arms for barbed wire, stretcher bars and clamps.
clips, tension rods, brace rods, hardware, fabric bands, and fastenings and
all accessories. Provide 45-degree bracket type supports for the barbed
wire.
BRACKET SUPPORTS. For line posts shall be of pressed steel attached to
malleable iron bases .vith ..vets; those for corner posts shall be malleable
iro, throughout. Bracket supports that are not rigid and substantially
Sp. Specs. 28 - I
-6-
constructed to withstand the stresses will not be accepted. All fittings
and aceessur i as shall meet the requi cements of federal Spec if Ica t l on RR-F-183,
except K modified herein.
BARBED WIRE. Four-point pattern composed of 2 strands of No. 12-1/2-
gauge wire; 4-point barbs 4 Inches apart conforming to Federal Specification
RR-F-221, Type A.
GATES. As indicated. Fabricate frames of standard weigh: p',e 190-inch
outside diameter, weight 2.72 pounds pr.r linear foot. Provide gates with all
necessary malleable iron fittings, braces, sag rods, malleable iron ball-and-
socket type hinges, and single or plunger bar type latches as required and
semiautomatic outer latches to secure gates In opened position. Arrange
latches and plunger bars for locking with padlocks. Provide 3 lines of
barbed wire on top of each gate. Brace gates diagonally with adjustable
rods to prevent sagging in conformance with the manufacturer's standard
practice and as appruved
CONCRETE. Materials as specified in Sectiat ELEVATED STEEL WATER TANK.
C WORKMANSHIP
INSTALLATION. Erect fencing in straight lines between angle points by
skilled mechanics experienced in this type of construction. Erect In accord-
ance with the manufacturer's recommendations as approved and w th these Special
Spey rications. Post holes shall be a minimum depth of 3 feet below finished
r noles for line posts shall be 12 inches in diameter; holes for gate,
r and pull posts shall be 16 inches in diameter. Space posts not more
than 10 feet on centers and In true lines. Set Posts plumb and to a depth
of 2 feet and 10 inches. The top rail of the fence shall be 6 feet above
the ground surface. Fill remainder of hole with concrete to extend around
the posts to r point 2 inches above finished grade. The top surface shall
have a crown watershed finish. Proportion concrete to provide at least
2,000 psi at 28 days. Materials, method of proportioning, mixing, trans-
porti' g, and placing are cohered in Section ELEVATED STEEL WATER TANK. After
concrete has set, install e__2ssorles; fastr . chain link fabric to end posts
with stretcher bars and clamps and to line posts and tap rail with wire or
bands at approximately 14-inch center, Install 3 st.,.nds of barbed wire on
the brackets, draw taut, and secure at each bracket Brace gate posts diagon-
ally to adjacent llra posts to insure stability. Hang gates and adjust all
hardware so that gates operate satisfactorily from open or closed position
CLEANUP. Upon completion of the fence installation, clean up all waste
material resulting from the operation Spread excavated earth from post holes
on the surface and grade smooth
D. PAYMENT. Payment for the wor„ in this section wil; be included as part
of tlielunp sum bid.
as>a
Sp. Specs 28 - 2
.9-
9A. PAINTING
A. SCOPE. This section cover4 the work necessary for the paintlny, complete.
B. MATERIALS.
GENERAL. All materials shall conform to the requirements hereinafter
specified. The term "paint" as used herein includes enamel , stains, and
incidental materials as required. Deliver all materials to the jobsite in
the manufacturer's unopened containers with labels attached indicating the
brand and content of containers, the formula, ano the name of the manu-
facturer.
PAINT SYSTEM. Paint reservoir with inorganic zinc and vinyl part
Following the specified system utilizing paints manufactured by Amercoat
Corporation of Brea, California; Tnemec Company, Inc.; or , approved by the
Engineer prior to bid opening.
The following Tnemer coatings are comparable to the Amercoat coatings.
If Tnemec coatings are used, substitute the following:
Din .cote No 5 Tnemec-Zinc (Series 52)
Amercoat No 99 Vinoline (Series 53)
Amercoat No. 33 (Primer) Vinoline (Series 33)
Amercoat No. 33
(Intermediate b Finish) Vinoline (Series 34 6 35)
All other parts of the Specifications shall remain in effect, except
that the applicable Tnemec reference or product shall be used in lieu of
the Amercoat referent= or product.
SHOP PAINTING. Shop coat entire exterior with Di metcote No. 5; min'.mum
OFT of 3 mils.
EXTERIOR FINISH FIELD COATS. Apply a mis coat and a full top coat of
Amercoat We. 99; minimum DFT of 3 mils for the 2 coats of No. 99. Color for
both No. 99 coats shall be Medium Green as approved by the Enginser.
INTERIOR FIELD PRIME Field prime the entire interior with Amercoat
No. 33•
INTERIOR INTERMEDIATE AND FINISH FIELD COATS. Apply 3 coats of Am rcoat
No. 33. intermediate coat shall be Gray. Provide an Off-White color for the
second intermediate coat that can be readily observed as 'Off-White'. The
final coat shall Le White. Total minimum OFT for No. 33 shall be 6 mils.
THINNERS. Products of the paint manufacturers and suitable for intended
use.
PAINT FOR ACCESSORIES Material shall be as specified for paint system
for adjacent tank sections.
Sp Specs 9A - 1
-lu-
MISCELLANEOUS MATERIAL. Those not specified, but required to properly
complete the work, shell be of the best tonne rcial quality and approved by
the Engineer.
WORNIIANSN I P.
GENERAL. Perform all work in accordance with manufacturer's instruc-
tions, these Specifications, and in a safe and workmanlike manner, Observe
ail safety precautions stated in manufacturer's instructions and in the
bulletin "Amercoat Safety Precautions."
Number of paint coats indicated are the minimum number allowable. Refer
to minimum OFT specified. Apply additional coats if necessary to obtain
specified DF1.
Do not work when weather conditions are unfavorable, unless work is well
protected from such conditions and specific approval of Fngineer he^ been
obtained.
Maintain equipment in good working order. Equipment shrill be comparable
to that described in printed instructions of the Am rcoat Corporation. Clean
equipment before and after each use with appropriate cleaning solutions as
recommended by coating manufacturer.
Observe minimum between-coat drying times as stated in coe..ng manu-
facturer's Instructions. Thin coatings only if necessary for workability.
Use recommended thinner. Do not add any thinner or solvent of any type to
Dimetcote No. 5.
Forced air ventilation will be required during interior painting .,nd
paint curing. Follow manufacturer's instructions and recommendations. Forced
air drying and/or heat curing will be required after the final interior coat
has been applied, in accordance with methods and for the time recommended by
the coating manufacturer.
SURFACE Pm_PARATION Remove heavy deposits of grease or oi . rrom all
surfaces with Anercoat No. 57 Oil Cleaner prior to other surface preparation
Neutralize and t{-sh off ary chemical contamination.
Grind all welds, edges, and sharp corners to smooth curves. Remove all
weld splatter. Melds resulting in smooth surfaces will not require grinding.
Sandblast all surfaces to be coated with A.mercoat coatings with a White
Metal Blast Cleaning in conformance with the Steel Structures Painting Council
Surface Preparation SSPC-SP 5. Use dry sandblasting method specified therein.
Surfaces to be shop coated shall be shop sandblasted, Field coated surfaces
shall be field sandblasted.. Surfaces shall be uniform Gray-White metallic
color, slightly roughened to provide a suitable anchor pattern for the paint.
Remove all sand from all surfaces by brush ano industrial vacuum. Surfaces
not coated the same day they were sandblasted shall be resandblasted p. for
to coating. Do not sandblast unless steel surface temperature is at least
5 degrees F. a,ove the dew point.
Sp. Specs. 9A - 2
DIMETCOTE NO. 5 MIXING. Mix the 2-component mating exact!v as
recommended by the manufacturer. Do not vary proportions or mix in reverse
order. Do not use mixed coating after recommended pot life has elapsed.
DIMETCOTE N0. 5 APPLICATIC'. Shop apply one teat of Dimeteote No. 5 to
exterior of all surfaces. Apply to white metal immediately after sandblasting.
Sandblast, clean, and recoat with Dimetcote No. 5 any shor—applied areas
scuffed or abraded during erection or welding.
Apply Oimetcote No. S by spray in an even wet film, overlapping each
pass by 50 percent to avoid thin spots. Insure that welds, seams, edges,
and rough spots receive proper OFT coverage.
Cure Dimelcote No. 5 for at least 36 hours under average drying conditions
(above 50 degrees F. with 50 to 80 percent relative humidity) before appli-
cation of primers or top coats.
AMERCOAT NO. 99 APPLICATIOW Apply to all exterior surfaces. Spray
mist coat to area and allow mist coat to become tack free. Overlap each
pass by 50 percent to avoid holidays, when mist coat has become tack-free
(usually in a few minutes), spray area again with heavy wet coat with spray
gun strokes at right angles to direction of mist coat strokes. Ove.lap passes
50 percent. Insure that welds, edges, seams, and rough spots receive proper
DFT coveraga.
AMERCOAT NO. 33 APPLICATION, Apply Amermat No. 33 primer `i brush to
the =ntire interior of the tank Apply to white metal immediately aafter
field sandblasting. Apply in even, wet coat, and double-prise all we ds.
seams, edges, and rough spots; minimum DFT of 1-1/2 mils.
Apply at least 3 additional coats of Amercoat No. 3i in heavy wet spray
coats, overlapping each pass by 50 percent to avoid btin soots. Double coat
all welds, seams, edges, and rough spots.
ACCESSORIES Prepare and paint all accessories in atcordance with
specified paint system for adjoining tank sections. Paint aboveground
portion of welded steel drainpipe at catch basin as specified for exterior
field painting.
INSPECTIC Obtain approval of Engineer for all surface preparation prior
to any painting. Fabricator shall notify Engineer one week prior to any shop
mating to arrange fo• inspection of fabrication, surface preparation, and
coating. Obtain approval of Engineer for each coat prior to app'iing subsequent
coats. Repair and recoat all tuns, overspray, roughness, or on- other signs
of improper application in accordance with manufacturer's Instructions and
as approved by the Engineer.
Measurement of the , ing thicknesses shall be by an Elcometer or Mikro-
test thickness gauge. The completed mating will be inspected for pinholes
and holidays with a Tinker and Rasor o• other low-voltage (under 100 V.)
holiday detector. Repair and recoat seas containing pinholes, holidays, or
thin spots.
Sp Specs. 9A - 3
-12_
f
Leave all staging up anti! the Engineer he. ;nspected and given approval
of the coatings. Staging removed prior to coating approval shall be replaced.
All phases of the work shall be available to observation, by a repre-
sentative of the coating manufacturer. ,
CLEANING. P' all cloths and cotton waste which might constitute a
fire hazard in c) metal containers, or destroy, at the end of each day.
Upon , xpleticp o, a work, remove all staging, scaffolding, and containers
from the site, or de.troy, as approved by the Engineer. Remove paint spots,
oil, or stain from adjacent surfaces and Leave the entire job clean and
acceptable to the Engineer.
p. PAYMENT. Fayment for nie work in this section will be included as part
of the lump sum bid.
a:•k
Sp. Specs. 9A - 4
-13-
13A, ELEVATED STEEL WATER TANK
A. SCOPE. The work consists of the design, fabrication, and erection of an
elevated steel tank, complete.
GENERAL. The elevated steel tank shall have a storage capacity of
300,000, 400,000, or 500.000 gallons, as selected by the Owner. The over-
flow shall be at Elevation 590.00 with the tops of the colusn foundations
at Elevation 462.20. The existing grade at the site is shown on the Plans.
The tank may be of the double ellipsoidal or torospherical type, as manu-
factured by the Pittsburgh-Des Moines Steel Company, or the [Orton ellipsoidal
type, as manufactured by Chicago Bridge and Iron Company.
The tamer supporting the tank shall be constructed of structural shapes
of the open type or of tubular sections to permit inspection and painting.
The tower shall be thoroughly braced with horizontal struts and diagonal ties.
The tower columns my be vertical or inclined as the design may require.
Main col urn splices shall be as few as possible and shall be located as near
as practicable to the intersection of the center line of the struts. Splice
plates shall bt properly welded so as to hold the members in line and transmit
any tension or shearing stresses to which the members my be subjected. The
connections of the tank with the columns shall be made so as to distribute the
load properly over the column sections and over the shell of the tank. A
balcony at least 2-1/2 feet wide, with a structural steel handrai!ing at
least 3 feet high, shall be provided around the bottom of the tank. Balcony
floor plates shall be at least 1/4-inch thick raised pattern and ,hall be
suitably punched or drilled for drainage. Accessories shall be provided as
specified hereinafter.
An alternate design as indicated in the Proposal is repuested. The de-
Sign would suostitute a fluted center column to carry the lateral forces and
eliminate the column cross bracing. The design shall include ar, access door
4' x 8' Into the fluted col❑nn- A sketch of the design shall be submitted
with the bid
ACCESS. An access road Sir, be constructed and maintained by the
Contractor.
FOUNDATIONS. Foundations for the reservoir columns and the riser founda-
tion and valve pit Shall be constructed of reinforced concrete. Foundations
shall be designed for eartn supporting a total bearing value for static loads
Of 3,=,0 pounds Per square foot (Psf) and for combinations of static and
dynamic loads such as wind and earthquake of 5.000 psf. The bottom of the
riser and column foundations shall be at a minimum elevation of 457.20. De-
tails of valve pit are shown on the Plans.
B. MATERIALS.
DE5`0 AND FABRICAT,ON. The design and fabrication of the elevated steel
tank shall be in accordance with the applicable requirements of AWMA DI00.
The applicable requirements set forth in the follwing designated sections
th reof shall govern unless otherwise specified.
MATERIALS. Section 2, AWWA DI00. All steel shall be sandblast
quality.
Sp. Specs. 13A - 1
-14-
GENERAL DESIGN. Section 3, AWA D100, except that no additional
thickness for corrosion alla!ante will be requirer:. The design
• shall also provide resistance for a Zone ill earthquake in accord-
ance with the current Uniform Builoing Code. The Uniform Building
Code loadings as well as the a towable stresses and other require-
ments shall apply for design conditions involving earthquake
loadings. Snow load shall be 25 pounds per square foot. Minimum
size of bracing ties shall be 1-3/8 inches round, upset.
DESIGN OF ELEVATED TANKS. Section 5, AWA 0100.
ACCESSORIES FOR ELEVATED TANK. Section 7, AWA DIOD, and as
"inafter specifled. Accessories required are as follows:
TOWER LADDER. The tower ladder shall be connected to the
horizontal balcony girder. A snap-ring and rod type ladder safety
device, approved by the Engineer and meeting the requirements of
the Washington State Department of Labor and Industries, shall be
provided and securely fastened to the ladder or surface to which
the ladder is attached. The Contractor shall furnish 2 belts for
use in climbing ladder. A lockable ladder guard as shown on the
Plans shill be provided at the bottom of the ladder to prevent
unauthorized use. Extend ladder to bottom elevation shown.
OUTSIDE TANK LADDER, Outside tank ladder shall connect with
the balcony. This ladde• may be combined with the roof ladder and
both rotate as one around roof and tank, Ladder shall be equipped
with safety device as on tower ladder.
INSIDE TANK LADDER. Provide safety device same as on tower
ladder. Connect ladder to the manhole and bottom of tank shell,
and support ladder from shell at center.
10F HATCH. Provide 3-foot minimum diameter hatch with hinges,
handle, hasp, and locks. Curb shDll extend 6 inches above roof
plates and cover shall lap curb by 2 inOes.
ROOF VENT.
ROOF LADDER. Roof ladder shall swivel aLout the tank vent,
It shall be designed to rotate around the roof and lock in position
convenient to the top of the tank ladder. If roof ladder and outside
tank ladder are combined, provide lock position near tower ladder.
STEEL RISER PIPE. Steel riser pipe shall be 48 inches in
diameter.
INLET-OUTLET PIPE. Inlet-outlet pipe shall be of the size
indicated and shall be connected t� bottom of riser. The pipe shall
be Schedule 80, ASTM A 120. Provide a 150-pound USASI flange In
tank.
Sp. Specs. 13A - 2
-15-
0 5 pfa9
OVERFLOW. Overflor hall be 8 inches in diameter end shall be
located outside of the .ank and shall extend and connect to piping
as shown on Plans. The overflow shall be provided with an inlet
fitting capable of taking a flow of 3,000 gallons per minute with
a 6-inch head. Sipe shall be Schedule 40, :STM A 120.
SILT STOPS. A removable silt stop 6 in& s high shall be
provided on the inlet-outlet pipe at the base of the riser. In
addition, a permanently attached silt stop shall be provided at
the top of the riser as indicated.
PAINTER'S RAI. fainter's ra, . shall be provided on the in-
side of the tank, continuous around tank wall, rst lighter than
3" x 3" x 1/4" structural angle supported clear of the tank wall
at 4-foot intervals by suitable clip angles. Provide suitable
painter's rings in underside of roof for attaching swinging
scaffolding.
WELDING. Section 8, AWWA DI00. All attachments to -ink shell
or columns r.hall be contiruously welded. Lapped roof plates and
structural framing for roof support shall be continuously seal
welded to prevent moisture intrusion to unpainted surfaces.
SHOP FABRICATION. Section 9, AWWA 0100.
CONCRETE AND REINFORCING. Concrete mix shall produce a 28-day compressive
strength as requited by the foundation design but In no case less than 3,000
pounds per square inch Forming, placing, curing, and finishing of concrete
shall conform to the Standard Specifications for Reinforced Concrete bound here-
with. Reinforcing steel shall be deformed, Intermediate Grade, conforming to
ASTM A 615. Grade 40, and A 305. Bending and placing of reinforcing steel shall
conform tc the applicable parts of the Standard Specifications for Re'nforced
Concrete bound herewith. Allowable wor!O ng stresses and stress Increases for
wind and earthquake forces shall be as specified in the ACI Building Lode
(ACI 318-63)• Furnish concretu mix design and concrete test cylinder reports
prior to pouring concrete.
VALVE P!T ACCESS DOOR. Type J-20-AL access door, as manufactured by the
Bilco Company, New Haven, Connecticut. Door leaves shall be 1/4-inch aluminum
diamond pattern plate. Frame, anchor flange, door hinges, springs, hold-
open device, and drainage coupling shall be Blico standard construction.
Factory finish shall be lacquer with bituminous coating to all aluminum
surfaces to be embedded in concrete. The door shall be hinged from the
:-foot side, Install as shcwn on Plans. Install heavy-duty hasp and padlock
for t (ve locking.
bOLTS AND FITT Only galvanized machine bolts and fittings shall be
used.
hANHOLE STEPS. Manhole steps, indicated on the Plans, shall be Type A,
galvanized, wrought iron safety type. Wrought iron to conform to ASTM A 207,
12'' x 8' x 2", with. a minimum section of 3/4-inch diameter, as manufactured
b-; the Lane Forging and Supply Company, Portland, Gregon, or as approved.
Sp, Specs. I3A - 3
-16-
COPPER TUBING SEAL. ASSEMBLY. Fabricate as shown. Copper tubing shall
be Type K soft annealed, as detailed, conforming to ASTM B 88
LADDER LOCKING DEVICE. Fabricate as shown.
C. WORKMANSHIP.
ERECTION. Tank erection and inspection shall be in conformance with
Sections 10 and 11 of AWWA 0100.
INSPECTION. Inspection shall be in conformance with Section 11 of
AWWA D100. Welded Joints shall be Ir.spected by radiographic met"ods, as
described In Appendix A. No undercutting of full penetration butt welds
will be allowed.
STERILIZATION. In accordance with disinfection procedure specified for
Disinfection of Water Storage Structures with Chlorine Compounds prepared by
Washington State Department of Healtn. Correct chlorine residual after
sterilization as directed by the Owner. Water for sterilization will be
supplied by the Owner. All equipment and materials required for steriliza-
tion shall be furnished by ,he Contractor. Tests of water after steriliza-
tion will be performed by the Owner.
D. PAYMENT. Payment for the work in this section will .e included as part
Of the lump sum bid.
Sp. Specs. UA - A
.17- 9
;y.
15A. GATE VALVES
A. SCOPE. This section covers the worK necessary for furnishinq and instal- .
TIr.g the gate valves, casplete.
B. MATERIALS.
VALVES. Valves shall be iron body, bronze mounted, double disc,
parallel seat, NRS valves with 0-ring seals, and shall open when the stem
Is rotated counterclockwise. Valve ends r d valve sizes shall be as sham.
Valves shall conform tc AWWA C500. Provr Je handwheels.
C. WORKMANSHIP.
VALVES. Before installation, the vales shall be thoroughly cleaned
of all foreign material , and shall be inspected for proper operation, both
opening and closing, and to verify that the valves seat properly. Valves
shall be installed so that the stems are vertical , unless otherwise directed
by the Engineer. Jointing shall conform to AWWA C600 or AWWA C603, whichever
is applicable.
Faces of flanges shall be cleaned thoroughly before flanged joint is
assembled. After cleaning the gasket shall be Inserted and the nuts tightened
uniformly around the flange. If flanges leak under test, the nuts shall be
loosened, the gasket reset or replaced, the nuts retightened, and the valve
and/or pipeline retested
O. PAYMENT. Payment for the work in this section will be included as part
of the lump sum bid.
Sp. Specs. 15A - I
-18-
15B. PIPE AND CAST IRON FITTINGS
A. SCOPE. This section covers tie work necessary for furn ishi ng and Instal-
Ting the pipe and cast iron fill ngs, complete.
Reference herein is wade to the latest editions of standards, tests,
metoods, and specifications of research and tarhnical organizations as
follows:
Stan_ard Specification, Test,
Item ,:r Method Desianatior,
Cast iron pipe and fittings Federal Speclfi cation VJ-P-421
USAS A21 .4, A21.�. A21 .10, A21 .11
Flanged pipe and fittings Federal Specification Va-P-421
USAS 016.1
Ductile iron pipe USAS A-1.51 , 1965
References to ASTM, AVdA, USASI, or Federal Specifications shall be under-
stood to wean the latest standard or specificatio,., unless othenrise stated.
8. MATERIALS.
JOINTS. Pipe joints shall be push-on joints.
Fitting joints shill he flanged joint ends, except where specifically
shown or detailed otherwise. Flanges shall be screw type, faced and drilled
125-pound USASI. Flanges and bolts shall conform to USAS BIC.1 .
CAST IRnN PIPE. The thickness class shall be 22.
FLANGED CAST IkON FITTINGS. Flanged fittings shall conform to USAS B16.1
and shail be faced and drilled 125-oound USASI.
GASKETS. Gasket material for flanged joints in cast iron pipe ;hall
be cloth-inserted sheet rubber gaskets conforming ;o AWA C207 and USAS $16.21,
1/6-inch thick. The gasket shall be full-cut, with holes to pass bolts.
Gasket material shall be free from ..orrosive alkali or acid ingredients.
DUCTILE IRON PIPE.
PUSH-ON JOINT PIPE. Push-on joint ductile Iron pipe shall be Tyh.,n
joint pipe centrifugally cast of 60-42-10 iron and shill conform to !"AS A21 .51
or AWA C151. Thickness class shall be 3. The pipe ,hail be cement lined
and seal coated In accordance with USAS A21.4. The rubber-ring gaskets shall
be suitable for the specified pipe sizes and pressure and .hall conform to
applicable parts of tha latest Federal Specification W-P-421, and shall be
furnis4ed by the pipe manufacturer. A nontoxic vegetable soap lubricant shall
be supplied in sufficient Quantities for Installing the pipe.
So. Specs. 15D - 1
_,9- o5 °c
HANDLING. Handle the pipe so as to prevent injury to the coating.
Place no pipe or other material insi�i any other pipe at any time after It
has been coated.
MECHANICAL COUPLINGS. Mechanical couplings, not a oars of the
pipe its ''f, shall be cast iron couplings with rubber rings and ductile
:von bolts and nuts. Couplings shall be Dresser No. 38, Smith-Blair
:1o. 441, or as approved.
C. WORKMANSHIP.
LAYING.
PLACING OF PIPL IN THE TRENCH. Do not allow foreign material cc
enter the pipe while it is being placed in the line. If the pipe laying
crew cannot put the pipe into the trench and in place without getting earth
into the pipe, the Engineer may require that a heavy, tightly raven canvas
bag of suitable size be placed over each and Wore 'owering the pipe into
the trench and left there until the connection is to be made to the adjacent
pipe. During laying operations, prevent debris, tools, clothing, or other
materials from entering the pipe.
PUSH-ON JOINT PIPE. After the first length of push-on joint
pipe is installed in the trench, secure pipe in place with approved backfill
material tamped under and along sides to prevent movement. Keep ends clear
of backfill . After each section is joined, place b-ekfili as specified to
prevent movement.
ALIGNMENT. for pipelines intended to be straight, do not deviate
from the straight line at any joint in excess of one inch.
JOINTING PUSH-ON JOINT PIPE. Lay and joint pipe - ith pash-on type joints
In strict accordance wits, the manufacturer's reccondetions as approved by
the Eng.neer. Provide all special tools aid devices, such as special jacks,
chokers, and similar items required for the installation. Lubricant for the
pipe gaskets shall be furrished by the pipe manufacturer, and no substitutes
will be permitted under any circumstances.
THRUST BLOCKING. Provide reaction or thrust biock.,ng as shown. The
concrete mix shall not be leaner than I cement, 2-1/2 sand, 5 stone, and
shall have a compressiv- strength of not less than 2,000 pounds per square
Inch. Place blocking between the undisturbed grow and the fitting to be
anchored. The quactity of ccncret_ and the area of bearing oa the pipe
shall be as shown or as directed by tit Engineer. Place the blocking so
that the pipe and fitting joints wall be accessible to repairs, unless other-
wise sham.
HYDROSTATIC TESTS. Make pressure and leakage tests on ;1 'd
pipe. Furnish all necessary equipment and material, make all
pipe a. required, and conduct the tests. The Engineer will - .sts.
Conduct the pressure test ;n the following manner, unles
approved by the .ngineer: After the trench has been backfiiled Pwrtially
Sp. Specs. 15B - 2
-20-
backf l l led as horeinbefore specified, fi I the pipe with water. T;, test
pressure sha!1 be 150 psi.
DURATION. The deration of each pressure test shall be 30 minutes,
unless otherwise directed by the Engineer.
STERILIZATION. Pipelines intended to carry potab!e water shall be
sterilized before placing in service. Steriiizing procedures snail conform
to AM11A C601 as hereinafter modified or expanded.
D. PAYMENT. Payment for the work in this section will be Included as part
of the lump sum bid.
star
Sp. Specs. 158 - 3
-21.
W-323 ROLLING HILLS ELEVATED TANK WTR-11 2
#3 Specifications
16A. ELECTRICAL
A. SCOPE. This section covers the work necessary for the electrical system,
compWt , including but not imited to furnishing all materials and connecting
air Items of electrical equipment, as shown on the Plans and specified herein.
B. MATERIALS. Electrical equipment shall be suitable for operation from a
T20 0-volt, single-phase, 60-cycle power source. All wiring shall be
In rigid steel conduit, unless otherwise sham on the Plans. The Contractor
shall supply and install panels, fixtures, rer .ptacles, underground conduit.
and other material as shown. All electrical aaterials shall be new and
shall be in accordance with applicable specif,cations of NEMA, USASI , UL,
and IPCEA, and shall conform to requirements of the National Electrical
Code and applicable State and local codes.
C. NORrMANSHIP. All electrical wiring in this Contract shall be Installed
Tn strict accordance with the National Electrical Code and applicable State
and local codes. Joints in all exterior conduit shall be watertight.
D. PAYMENT. Payment for the work in this section will be included as part
of the lump sum bid.
Sp. Specs. 16A - 1
-22-
STANDARD SPECIFICATIONS
FOR
REINFORCED CONCRETE
(Index follows Page 24)
JUL 25 m
STANDARD SPECIFICATIONS
FOR
REINFORCED CONCRETE
Reference herein Is mode to Standards, Tests, Methods, and Specifications
of research and technical organizations, as follows:
AWS American Welding Society
ASTM Am rican Society for Testing and Materials
AASHO American Association of State Highway Officials
CRS1 Concrete Reinforcing Steel Institute
CR0 Corps of Engineers
item Standard S ecification Tesf or Method Des; nation
ATM AASH0 OTHER
B-1 Cement C 150
5-3 Concrete Aggregates C 33
C 87
m 0-6 Steel Reinforcement A 82
m A 185
A 615
L
u
0-8 Air-Entraining Ad-
mixture C 260 C90-C 13
8-10 Asphalt 6 Asphalt
I Primer M 18
o M 115
M 116
0-11 Rubber-Asphalt Sea! D 1190
B-12 Premoided Joint Filler D 994
D 1751
D 1752
8-14 Copper Water Stop B 152
8-17 Plastic Water Stup CRO-C 572
C-8 Tests of Concrete C 31
C 39
All references to the above Specifications, Standards, or Methods shall,
in each instance, be understood to refer to the latest adopted revision,
Including all amendments.
Conc. Stds. -I-
B. MATFAIAES
B-1. Cement. Cement used shall conform to ASTM C 150, except that
the totes a ka—content, when determined as the mixed sulphates of sodium
and potassium and calculated to sodium oxide, shall not be greater than
0.6 of one percent. Unless otherwise specified in the Special Specifications
or authorized by the Engineer, Type l cement shall be furnished.
B-2. Water. Water for concrete shall be clean and free from oil, acid,
alkali, organic matter, or other deieterious substances. Water furnished by
the Owner will be Considered as meeting the above requirements.
8-'. Concrete �99�re.9�ace.�s. Concrete aggregate. shall conform to
ASTM C 33, or to the applicable specifications of the State Highway Depart-
ment for Bridge Construction of the state in which the work is to be per-
formed. fine aggregate, when tested in accordance with ASTM C 87, shall
develop a compressive strength at 7 and 28 days of not less than 85 percent
of that developed by the standard mortar specified in ASTM C 87 as the basis
of -omparison. The size of coarse aggregate shall be that specified in the
Special Specifications.
B-4. Admixture for Nonshrinking Grout. The nonshrinking admixture
shall e a meta is meteria which will reduce and control shrinkage and
shall be Embeco, as manufactured by Koster Builders Company, Cleveland, Ohio,
or an approved e4uol . Unpolished alum' n powder may be usea as an admixture
to control shrinkage subject to approv of the Engineer.
8-5. Dry-Pack Grout.
a. Nonshrinki_ 'Tye_. Dry-peck grout for water-holding basins
and as otherwise specified to be nonshrinking shall consist of I part
Portland cement. I part of fine sand, and I part Embeco, or other approved
admixture. Proportions shall be established bf weight. Where a nonstaining,
nonshrinking grout is required, unpolished alumina powder shall be used and
the proportions shall be in accordance with the manufacturer's recommendations
as approved. Only sufficient water shall be added to the mixture to produce
a dry, crumbling mass. When the mixture !s pressed tightly together into
a ball with the hands, there should not be suVicient water in the mixture
to stain the hands, and when such a bail is broken, it should crumble.
E. Ordinary Type. Dry-pack grout for use in other than water-
holding basins, unless otherwise specified, shall consist of I part
portland cement to 2 parts of sand. Proportions shall be established by
volumetric measurements. Only sufficient water shall be added to make a
dry, crumbling mass. When the mixture is pressed tightly together into a
ball with the hands, there should not be sufficient water in the mixture
to stain the hands: and, when such ball is broken, it should crumble.
5-6. Stee! Reinforcement. Reinforcement shall be plain or deformed
steel bars or cold-drawn awn stems wire, or fabricated forms of these materials
as required by the Plans or the Specifications, or both. Dar reinforcing
Conc. Stds. -2-
shall conform to ASTM A 615, Grade 40, unless otherwise specified. Cold-
drawn steel wire and welded wire fabric shall conform to ASTM A 82 and
A 185. respectively.
e•7. Forms. Plywood or steel forms shall be used on all exposed wall
surfaces ands all extend to a minimum of 6 inches belay finished grade on
exterior surfaces or the normal waterllne on the inside of uncovered basins,
unless otherwise specified. Lumber used in foram for surfaces where plywood
is not required shall be dressed to a uniform thickness and shall be free
from; Ioose knots or other defects. Upon approval by the Engineer, steel or
plywood panel forms may be used to form walls of curved shape.
B-8. Concrete Admixtures. The air-entrainim admixtur furnished
shall be approved by'the ngineer and shall conform to ASTM C 260, or
U.S. Arty Corps of Engineers Specification CRO-C 13.
Admixture furnished for use as a water-reducing and cement-dispersing
or plasticizing event shall be Pozzolith (normal), as manufactured by the
Master Builders Company, Cleveland, Ohio, or approved equal. Pozzolith
Retarder and high-early admixtures may be used in lieu of Pozzolith (Normal)
to suit job conditions subject to approval of the Engineer. Water-reducing
adm-xture shall b.- provided for concrete mixes when Specified in the Special
Specifications. Use of substitute admixtures will not be approved without
ve NficstiOP, satisfactory to the Engineer, of the chemical properties of
the admixture and its effects on the concrete mix as substantiated by labora-
tory reports and certified experience records.
6.9, Bondin A ent. Bonding agent for bondinq -ew concrete to existing
concrete shall be Sta-Crete, as manufactured by Sta-Crete, Inc., San Francisco,
California; or Epoxy Bond MPC, Code 2090-Special, as manufactured by Edoeo
Technical Producers, Inc., Lona Beach, California, or an approved equal ,
B-10. Asphalt. Where indicated on the Plans, surfaces of concrete at
Joints shalt be relnted with asphalt meeting AASHO M 115 requirements.
Asphalt primer fur use with Se-ling asphalt shall meet the requirements of
AASHO M 116, lio;-poured asphalt filter shall conform to AASHD R 18, Grade A,
with the added requirement that the specific gravity shall be more than one.
B-Il. Poured Rubber-ASDhalt Joint Sealinry Material. Poured rubber-
asphaTt Join[sealing materiel shell con Form—to ASTM D IIgo.
S-12. Premolded Joint Filter_. Premoided joint filler shall be a
blttmm(a0us type conforming to ASTM 0 994 or D 1751. Bitum°noun cellular
types conformine t0 ASTM 0 1751 or 0 17S2, Type III . may be used In dry
interior locations, %here sponge rubber type is shown on the Plans, it
shall be cement color conforming to ASTI! D 1752, Type I.
8�13. Steel Water Stop for Construction Joints. Steel water stop in
eons[r ueti'on Joints shall be 1'f,-gauge, hot�In gelvani zed sheet metal.
Width shall be 6 Inches, unless otbarwlse noted on the Plans. ,f
Cone. Stds. -3-
JUL 2 s im
B-14. Cc er Wa!e�r Stop. Copper water stops shall ',a fonfled of 18-ounce,
c j1 d-robed sheet copper of suitable temper, meeting the requirements of
ASTM 8 152. Water stops shall be formed as shorn on the Plans.
0-15• Rubber Water Stop. Rubber water stop shall be molded or extruded
and sha I be fabricated from a high-grade, tread type coppound. Water stop
shall be Gates Type B or Type C, or an approved equal as shown on the Plans.
Intersection cieces shall be furnished to provide a continuous seal.
B-16. Labyrinth Water StZE. Labyrinth type water stop shall be of size
shown on the Plans and shall be Narza Labyrinth type water stop as supplied
by Water Seals, Inc., Chicago, Illinois, or approved equal.
B-17. Plastic Water Sty . Plastic water stop shall be extruded from an
elastomer c plastic compound, the basic resin of which shall be polyvinyl
chloride (PVC). The compound shall contain any additional resins, plasti-
cizers, stabilizers, or other materials needed to insure that, when the
material is compounded, it will meet performance requirements herein. The
material shall not, however, contain an excessive amount of Inert filler
added for the purpose of increasing the unit weight of the compound. Specific
gravity shall be approximately 1.37 and the Shore Durometer Type A hardness,
approximately 80. No reclaimed PVC shall be used in the compound.
Plastic water stop shall be resistant to alkalies, acids, salt water,
fungi , petroleum products, sewage, and organic compounds. Water stop shall
be produced by an extrusion process such that, as supplied for use, It will
be dense, hot>neneous, and free from holes and other imperfections.
The water stop, or the material from which the water stop is fabricated,
shall meet the following performance requirements when tested by the methods
outlined in the Corps of Engineers Specification CRO-C 572.
a. Samples taken from the finished water stop shall meet the
following requirements:
Number of Speci-
mens Tested _ Regal reran is
At least 5 Tensile strength not less than.......... 1400 psi
Ultimate elongation, not less than...... 280$
b. Samples taken from the sheet material from which the water stop
is made shall meet the following requirements:
Number of Speci-
mens Tested Requirements
At least 5 Tensile strength, not less than....... .. 1750 psi
ultimate elongation, not less than...... 350%
At least 3 Lor temperature brittleness, no sign of
failure, such as crackinS or chipping
at.. ... ... .... ..... .................... .35'f.
Conc. Stds. -4-
Number of Specl-
mens Tested Requirements
"t least 3 Stiffness in flexure, 1/4-inch span,
not less than.......... ...... .... ....... 400 psi
Effect of Alkalies
Change in weight after 7 day,,
between............................... .. .0.10 and
+0.25%
Change in Shore Du ometer reading after
7 days, not more tnan................... +5
Change in weight after 28 days, Y
between............. ............. .. .... . .0.30 and
+0.40%
Change In thickness after 28 days,
not more than.......... ........... .. .... +1.02
C. Samples taken across job-made splices should meet the followinq
requirements:
Number of Speci-
mens Tested Requirements
As directed Tensile strength, not less than......... 1120 psi
Water stop shall be of the shape and dimensions shown on the plans or
specifiea in the Special Spec!fications. The cross section of the water stop
shall be uniform along its length and shall be symmetrical transversely so
that the thickness at any given distance from either edge of the water stop
will be uniform. Water stop shall have a constant thickness from the edge of
the bulb to the outside edge. All water stops shall have a number of parallel
ribs or protrusions on each slle of the center of the strip. Corrugated
type or tapered water stops are not acceptable.
Dirensional Requirements
Ordinary Conditions:
Thickness, minimum................. .................. 3/16 inch
Width, minimum........................................ 6 Inches
Weight, minimum, pounds per 100 linear fast........... 75 pounds
6-inch water stop for expansion joints:
Type.................................................. Center bulb
Weight, minimum, pounds per 100 Ilasar feet........... 135 pounds
Thickness, minimum........ 3/8 incn
Conc. Stds. -5-
Dimensional Requirements (Cont'd.
9-inch water stop for expansion joints:
Type... .... .............. ..... ....................... Center bulb
Weight, minimum, pounds per 100 linear feet........... 205 pounds
Thickness, minimum... . ....... ........ ................. 3/8 inch
B-18. Floor Hardener (Surface-A lied). FI hardener shall be a color-
less, aqueous solution o zinc and or magnesium flaosilicate, or of sodium
silicate. Each gallon of the fluosilicate solution shall contain not less
than 2 pounds of crystals. The sodi um silicate solution shall be 32 percent
by volume of 42-degree Baume sodium silicate. An approved proprietary hardener
such as Saniseal , as manufactured by the Master Builders Company, may be used
provided the solution is delivered ready for use in the manufacturer's original
containers.
C. WORKMANSHIP
C-1 . Proportioning.
a. Submission of Samples of Materials. Immediately upon receipt
of notification to begin work and upon request of the Engineer, the Contractor
shall submit to the Engineer samples of the aggregate which he proposes to
use in the construction, together with samples of the cement and air-entraining
or cement-dispersion admixtures which he plans to use.
b _PPr9rtions. Proportions indicated In Table I of the Special
Specifications will provide the basis for estimating the type of mixture and
the mat-,'-.Is and methods necessary for placing the concrete, and are based
on the use of aggregates available locally in the vicinity of the work. The
actual proportions to be used will be based on tests made on samples of the
aggregate, cement, and admirture submitted by the Contractor. The Engineer
will make the necessary test and design the mixture. The Owner will bear the
expense of the tests necessary to design the concrete mixture for one set of
aggregate sales. Should the Contractor desire tests run or mixtures de-
signed for additional samples of aggregate, such tes•s shall be made by the
Engineer but shall be at the expense of the Contra r. Acceptance b, .he
Engineer of a given aggregate on the basis of preliminary tests shall not
prevent the Engineer from later rejecting aggregate from the sane source If
subsequent tests indicate that the aggregate no longer meets the requiremeots
for grading and quality given herein.
The cement factor specified is that required for concrete of the desired
strength using local aggregates. The Contract is to be based on this cement
factor and the other proportions specified. If the subsequent mix design
indicates a change from the specified cement content Is necessary, the Engi-
neer may order such change, and the Contract price shall be Increased or
diminished accordingly, in proportion to the Increase or reduction of cement
and the current market price of cement In the locality, unless otherwise
provided for in the Proposal. This price adjustment shall be made on the
basis of cost to the Contractor of cement only, without allowance for
Cont. Stds. -6-
overhead, profit, anticipated profits, or other indirect costs. If the
Contractor chooses to use other than local aggregate, are greater or less
cement than that specified for local aggregate,, is required to obtain the
desired strength, or if he elects to increase the cement factor to correct
for shortages of fines In the cggregate, or for any other reason, no
adjustment of the Contract price will be made. Strength determinations
will be made as specified under C-B.
c. Cemert Factor. The cement factor given in the Special Specifi-
cations indicates the number of 94-pound sacks of cement per cubic yard of
concrete when the concrete is In a .freshly mixed condition. The volume of
the freshly mixed concrete shall b_ assumed to be the absolute vnl une of
the cement, plus the volume of the mixing water, olus the displaced volumes
of th saturated, surface-dry aggregates. The quantity of mixing water to
be uses ;^ this calculation shall not include water absorbed by the aggregates.
d. Variations in prppp rtiopa. In order to obtain proper workability
and a smooth., dense, homogene�ou's,rp as;tic mixture, free from segregation, the
percentage of fine aggregate may be varied during the progress of the work
wi In the approval of the Engineer.
e. Water Conteat and Slu Ran The m+xi mum quantity of water
per 94 Pounds of cement sped 'ad
`n Che Special Specifications shall he
based on saturated, surface-dry aggregates. The slump range indicated in
the Special Specifications is intended as a guide to the Contractor for the
determination of placing and compacting p-ocedures and equipment. Within
the range specified, the slump shall be as directed by the Engineer. If the
concrete has a greater slump than the maximum indicated, the proportion of
water shall be reduced to meet the slump requirements. If the concrete has
a smaller slump than the minimum indicated, changes Ir the mixture shall be
madt as specified hereinbefore is C-I .d. of water may be added with the
approval of to- Engineer.
C-2. Measurement of Materials.
a. Weight Measurement. Materials shall be measured by weighinq.
The apparatus prov ded or weighing the aggreyates and cement shall be
suitably designee and constructed for this purpose. The equipment for
welching materials shall providt convenient and positive means for determi-
ning Oe quantities in the hatd, of concrete. Bins with adequate separate
compartments for fine aggregates and for each required size of coarse aggre-
gate shall be provided in the patching plant Each compartment shall be
designed to discharge efficiently and freely Into the weighing hopper.
Means of control shall be provided so that as the quantity desired in the
weighing hopper is approached, the material may be added slowly and shut
off with precision, A port or other opening for removing an overload and
sampling materials from the weighing hopper shall be provided. Neighing
hoppers shall be constructed so as to eliminate accumulations of tare ma-
terial and discharge fully. fine aggregate, coarse aggregate, and cement
shall be weighed separately. Cement in standard packages (sack) need net
be we lghed.
Cont. Stds. -]-
JUL 5 1969
Mixing water shall be measured by vol one o- by weight. Weighing of
materials for a batch shall be wlthin the following limits of accuracy:
Water, 1 percent; cement, 1 percent; and aggregate, 2 percent. All measur-
ing devices shall be subject tc approval of the Engineer. The batching plant
shall be of adequate capacity and Acceptable to the Engineer. The Engineer
reserves the right to disapprove of facilities which in his opinion are
Inadequate and/or do not wnform to the Specification requirements.
b. Volumetric Measurement. where volumetric measurements are
authorized by —the Crigincer. the weight proportions shall be coiv.rted to
equivalent vole etric proportions. Ir such case, suitable all, r nce shall
be me& for variations 1p the moisture condition of the aggreg.ees, including
th.e bulking effect 1n the fine aggregate.
c. Measurement of Air-Enf rainin Admixture. The air-entraining
admixture shal be introduced with t e water. Rccura to means of measuring
the amount of air-entraining admixture shall be provided, and the mix shall
be controlled to maintain an entrained air content of not less than 3 percent
nor more than o percent, unless otherwise specified In the Special Specifi-
cations.
d. Measurement of V:ate r-R!ducinn ixtu�re. Accurate means of
measuring he amount O POW. admixture Shall be provided. The quantity
used per batch and the method of introducing and mixing shall be in accord-
ance with the manufacturer's recommendations.
C-1 Mixing.
a. Equipment. The mixing _nuipment shall be capable of combining
the aggrogates, cement, and water within the specified time into a thoroughly
mixed and uniform mass and of discharging the mixture without segregation.
b. Machine Mixing (at Site or at Central Mixing ►lent). 0nlesx
otherwise authorized by t a nqi near, t e m xTng o concrete s a 1 be done in
a batch mixer of approved type. The equipment at the mixing plant shall be
sn constructed that all materials entering the drum can be accurately pro-
portioned and be under control . The entire batch shall be discharged before
echarging. The volume of the mixed material per batch shall not exceed the
manufacturer's rated capacity of the miner. Except as qualified in C-3.c. to
C-3.e. , mixing of each batch small cent we for the periods indicated beTow,
during which time the drum shall rotate at a peripheral speed of about 200 feet
per minute. The mixing periods shall be measured from the time when all of the
solid materials are in the mixer drum, provided that all of the mixing water
shall be Introduced before 1/4 of the mixing time has elapsed.
Mixing time shall be as follows:
(I) for mixers of a capacity of one cubic yard or lass, 1-1/2
minutes; and,
(2) For mixers of capacities larger than one cubic yard, the
time of mixing shall be increased 15 seconds for each
additional 1/2 cubic yard capacity or fraction thereof.
Conc. Stds. -8-
c. TTrruek�Mlxi2 Truck mixers shall be watertight and, unless
otherwise author ze—may the Engineer, shall be of the revolving-drum type.
All solid materials for the concrete shall be accurately masured as soecif:eo
in C-2 and charged into the drum at the proaortioning plant. The mixing water
may be added directly to the batch, but all true,, mixers shall be equipped
with a tank for carrying mixing water. When water is to be added subsequent
to dry charging at the plant, only the prescribed anount of water shall be
placed in the tank unless the tank is ec tipped with a device by which the
quantity of water added can be readily "rifled. The maximum size of batch
in truck mixers shall be in accordance with the specified rating. Truck
mixing shall be continued for not less than 50 revolutions after all Ingredi-
ents, including the water, are in the drum. The speed shall net be less than
4 rpm nor more than a speed resulting in a perinheral velocity of the drum
of 225 feet per minute. Not more than 150 revrA utions of mixing shall be at
a speed in excess of 6 rpm. Mixing snail begi,• within 30 minutes after the
ceaen[ has been added either to the water or afgregate.
d. Partial Mixt�n at�Cen�t cal Plan t. When a truck mixer or an
agitator provided with adequate mixing blades Is used for transportation,
the mixing time at the stationary machine mixer my be reduced to 30 seconds
and the mixing completed in a truck mixer or aeitator. The mixinq time in
the truck mixer or agitator, equipped with mixing blades, shall be as specified
for truck mixing in C-3 c.
e. Time of Hauling Ready-Mixed Concrete. Concrete transported in
a truck mixer, agitator, or other transportation device shall be discharged
at the job within 1-1/2 hours after the cement has been added to the water
or the aggregates, except for high-early-strength concrete mixes which shall
be 45 minutes.
f. kete tiataming. The retempering of concrete or mortar in which
the cement has par lly hydrated will not be permitted.
a• Air-Entraining Admixture The air-entraining admixture shall
be added to the riser at the time of mixing In such a manner as •o Ifcare
uniform distribution of the admixture throughout the batch. An air Alter
shall be provided for measuring the air content of concrete at the jobsite,
unless otherwise approved. Air-entraining admlxtkv hall not be used unless
suitable means for determining air content in the ;hly mixed concrete are
available. At the option of the Engi hear, entrained air may be eliminated
In interior slabs on ground and at other locations whore appearance may be
of greater Importance than additional durability or Impermeability.
C-4. Forms.
a. General. Forms shall conform to the shape, lines, grades, and
dimensions of the concrete as called for on the Plans, unless otherwise
approved by the Engineer. Lumber once used in forms shall have nails with-
dra,m and surfaces to be In contact with concrete cleaned before being used
again. Reuse of forms and form lumber will be permitted only when the con-
dition of forms or form lumber is approved by the Engineer. It Is the intent
of this Specification to maintain "new ford' appearance for all work.
Conc. Stds. -9-
JtH 2 5 1969
Suitabl, moldings or fi lets shall be placed in the tops of the forms
and in the crotch of the forme to bevel all concrete edges. Moldings shall
also be placed on all discontinuous edges. Bevels shall be approximately
3/4 Inch ;n depth. 111 bevels and itlleti, except as otherwise shown on
the Plans, shall be the same size. Where the tops of walls are given a
trowel finish, an edging tool may be used rnstead of fillets.
b. _Design. Forms shall be sufficiently tight to prevent leakage
of mortar. They shall be properly braced or tied together so as to maintain
the desired position and shape until removed. Bolts and rods shall preferably
be used for internal ties. Ties for water-holding structures and on walls
exposed to weather or earth shall have conical or spherical type inserts and
shall be so constructed that when the forms are removed no metal shall be
within 5/8 inch of any suwface. Plastic or rubber inserts shall be used with
flat bar ties for panel forms and shall be a mint mum of one inch in depth and
of sufficient dimensions to permit proper grouting of the tie hole.. Snap
ties for water-holding basins shall be constructed with a water stop. The
Engineer may direct the use of one type of Insert or head where appearance
is important. Flat washer type heads may be used on concealed walls +hioh
are to receive a finis coat of stucco, plaster, or wallboard. Openings
shall be provided such that concrete Is dropped no farther than 6 feet n
walls 8 inches or less in width, and not more than 12 feet in walls wider than
8 inches. Temporary openings shall be provided at the base of well forms and
at other points where necessary to facili.ate cleaning and Inspe.tion Immedi-
ately before depositinn concrete.
Forms shall be constructed and mai mained to Insure satisfactory fit of
all components of the structures but in no case shall the following tolerance
limits of the finished wo be exceeded:
Tolerances For Reinforced Concrete Structures
Variation from the plumb:
In the lines and surfaces of columns, piers, wa11s, and in arrlses;
In 10 feet. ......... ..... .... ....................... 1/4 inch
In any story or 20 feet maximum....................... 3/8 Inch
For exposed corner col umn, control-joint grooves, and other con-
spicuous lines;
In any bay or 20 feet maximum... ................ ...... 1/4 inch
Variation from the level or from the grades indicated on -he Plans:
In floors, *ceilings, beam soffits, and in arrlses;
In 10 feet............ .......... ...................... 1!4 inch
In any bay or 20 feet maximum... .. .................... V8 inch
For exposed lintels, sills, parapets, horizontal grooves, and
other conspicuous lines;in any bay or 20 feet maximum.. ....................... 1/4 Inch
In VO feet or more... ................................. 1/2 Inch
nPnplies to concrete only, not to reinforcing bars or dcrels.
Conc. Std5. -10-
Variation of the linear building lines from established position in Plan
and related position of colurns, walls, and partitions:
In any bay or 20 feet maximum......................... 1/2 inch
In 40 feet or more.................................... 1 inch
Variation In the sizes and locations of sleeves, floor openings, and
wall openings........... ........................................ 1/4 inch
Variation in cross-sectional dimensions of columns and beams and in
the thickness of slabs and walls:
41nus........................................... 1/4 inch
Plus.................................................. 1/2 inch
Footings:
Variation in dimensions in Plan;
Minus............ .................................... 1/2 inch
Plus.................................................. 2 inches
Misplacement or eccentricity;
2 percent of the footing width In the direction of
misplacement but not more than........................ 2 inches
Reduction in thickness;
Minus... .............................52 of specified thickness
Variation in steps:
In a flight of stair ;
Rise......... ....................................... 1/8 inch
Tread... ................................... ........... 1/4 inch
In consecutl ve steps;
Rise.................................................. 1/16 inch
Tread................................................. 1/8 inch
Tolerances for Pavem -its
Pavements and roadways:
Departure from established alignment....................... +1/2 inch
Departure from established longitudinal grade on any line.. :;1/4 Inch
c. Oiling. The inside of forms shall be coated with nonstaining
mineral olT or other approved material Where oil is used, it shill be
applied before the reinforcement is rlaced.
d. Rer,oval of Forms. The removal of forms shall not be started
until the concrete has attained the necessary strength to support its own
weight and any corstructlon live loads as well as strength to prevent cracking
Conc. Stds. -11-
Jul 'z a 1969
or chipping when the forms are removed. The Contractor shall be responsiLle
for all damage resulting from premature removal of forms. Forms and shoring
for aboveground slabs or beams shall remain in place a minimum of 14 days x
until the concrete has reached a compressive strength equal to 2/3 the
specified 28-day compressive strength as determined by test cylinders as
specified in C-8. Earth backfill shall not be placed against s+alls below
grade until the concrete has obtained a compressive strength equal to 2/3
the specified 28-day compressive strength, except as otherwise directed by
the Engineer.
C-5. :onstruction and Expansion Joints. (See also page 18)
a. Premolded Joints. Premolded joint filler shall be placed in
the forms To the proper position before concrete Is poured, and nails at
about one foot on centers shall be driven through the tiller so as to extend
into the concrete when it is poured and hold the filler in position. Pre-
molded joln• filler shall be installed in all walks to provide expansion
and eontrection joints at not more than 40-foot Intervals and at all changes s
In direction or intersections.
b. [later Stops. The water stop shall be correctly positioned in
the forms To that the center of the water stop is centered on the joint.
In cases where preformed expansion joint material is ased In conjunction
with the water stop, allowance shall be made for equal water stop embedment
on each side in the concrete. Water stop shall be held in place in the forms
by use of a split form or oth^r approved method that will positively hold
tho water stop in correct position. The water stop may be held in place In
the form; by driving nails at about 12-inch intervals adjacent to, but not
through the water stop. Nails may be driven into the form and then bent over
the water stop strip to hold it in position. During any concrete pour around
the water stop, the half which is being embedded in the concrete shall be
rigidly supported in an approved manner so that the final position of the
water stop will be in a straigi,t line. Concrete being placed around the
water stops small be well vibrated in order to obtain impervious concrete in
the vicinity of all joints. In horizontal joints extreme care shall be taken
during the placing of concrete to Insure that the area below the water stop
Is completely filled with concrete. The m,.chod of installation of the
water stop and the method to hold the water stop in proper position during
and after the pouring of concrete shall be approved of by the Engineer before
the concrete pour is begun-
(1) Water Stops In fonitructlon Joints. All construction
joints in concrete, liquid, or gas-ho' -ng� basins shall be provided with
steel water stops, unless otherwise no e ' (See 8-13). Vertical water stops
shall be rigid.y held in place in the forms, and concrete shall be thoroughly
worked around the metal . Horizontal water stops shall be placed immediately
after the pour is completed and before concrete has begun to set. Each side
shall be puddled to level the concrete and then the water stop properly
embedded. After the concrete has set to the point .,h�rc the surface car
be cut with a broom or a s ti eam of water, the surfai,t shali be cut off to
a rough finish with all lai•ance removed and the concrete left clean. Metal
strips for water stops shall be provided In the maximum length practicable;
and, where strips are spliced, they shall be lapped at least 12 inches.
Cones Stds. -12-
(2) Lab_Yrinth WTater Stomas. Labyrinth type water stops shall
be Installed In accordance u f c—he manufacturer's directions. Splices and
intersections shall be joined by heat to make a continuous, strong, water-
tight seal.
(3) Expansion Joints with Copper Water stop. Copper expansion
joints shall be accurately bent tv shape and placed in position as shown on
the Plans. Adjacent strips shall be lapped and soldered to make watertight
jolo.s. All joints shall be protected from damage at all times . Special
Joint pieces as shavn on the Plans shall be used at intersections. The
first place fabricated of each type Shall be carefully checked In Its relation
to adjoining places to insure that there is no error in either the Plans or
the builder's pattern. Any errors found shall `,e corrected before additional
Pieces are fabricated All joints, bot shop and field, shall be lapped not
lass than 112 inch and continuously soldered or brazed on each edge of the lam.
(4) Expansion Joints with Rubber Water $to The rubber
water stop shall be insta le in accordance w th the deta� s shown on the
Plans and the instructions of the manufacturer. Corner and intersection
pieces shall be provided as required and shall be field spliced to Insure
a continuous, watertight seal at the joints. Field splices shall be aaade
with cement glmn and a field vulcanizer capable of supplying sufficient heat
to vulcanize the joint, or may be made by means of chemical bond. The
method of splicinq used shall be si: lar to that specified by the Bureau of
Reclamation and shall be in strict accordance with the manufacturer's recoar-
mendations as approved. The completed splice shall develop a strength of at
least 50 percent of the strength of the continuous factory-molded or extruded
shape.
(5) Expansion Joints with Plastic Water Stop. The plastic
water stop shall be .nsta ed in accordance with the details shown on the
Plans and the Instruction. of the manufacturer Corner and intersection
pieces shall be men up by field splicing. Ends to be spliced shall be
carefully cut with a sharp knife so that the two pieces will match as exactly
as Passible, Splices shall be made with a thermostatically controlled heat-
ing plate or iron The maximum temperature shall not cause hurning or charring
of the plastic and in rip case shall it exceed 460 degrees F. When using a
Plate, both ands shall be pressed together vertically on the heated metal
Plate until the plastic melts around the ridges. When the ends are me ited,
the water stop shall be pulled up straight and two heated ends placed on a
flat surface so that they meet in a straight line The plate or iron shell
be kept clean and the finished joint free from impurities. The ends shall
be pressed together and held firmly for about one minute to allow the plastic
to Lase while It cools. At least 10 minutes shall be allowed before the new
s lice shall be pulled or stral red in any way. The finished splices shall
provide a cross section that is dense and free of porosity with tensile
strergth of not less than 80 percent of the unspliced materials.
c. Poured Asphalt Filler, Poured asphalt filler shall not be
placed until all other coneroip has been poured. Before placing filler, all
Joints in Copper water stops shall be checked and resoldered where necessary.
Joints shall be thoroughly cleaned, dry, and primed before pouring asphalt
filler. The primer shall be compatible with the filler . The filler material
Conc. Stds. -13-
IUL 2 5 10
"ll be he, ted in a double-walled boiler and placed in the Joint by grans
of a nozzle. Placement shall begin at the bottom of the joint and proceed
upward in a manner that will preclude the possibility of trapping air in the
joint.
d. Poured Rubber-As alt�Filler. Poured rubber-asphalt filler
shall be pTacad in accordance w tf h the ranufacturer's Instructions. Joints
shall be thoroughly cleaned of all dust, powder, and foreign materials and
shall be primed before pouring the rubber-asphalt filler. The primer used
"I1 be compatible with the filler material. The filler arterial shall be
heated In a double-walled boiler and placed In the joint by means of a nozzle.
Placeaent shall begin at th- bottom of the joint and proceed upwards in a
manner that will preclude the possibility of trapping air In the joint.
C-6. Steel Reinforcement.
A.. Storage Steel reinforcement not placed ;n the work shall be
stored under cover to prevent rusting and shall be placed on blocking such
that no steel touches any ground surface.
b. Fabr:c+tion The Contractor shall submit detailed placing
drawings and complete,Tegible bending lists In triplicate showing location,
shape, dimenSions, and number of bars required for the Engineer's approval
before the reinforcement is fabricated. The details shall follow the Manual
of Standard Practice for Detailing Reinforced Concrete Structures of the
American Concrete Institute, except as otherwise specified. The Contractor
Is not required to use the exact arrangement of reinforcement shown, provided
the same area and periam ter of reinforcement are provided at all sections
and any changes in the Plans are approved by the Engineer. Reinforcement
shall be formed to the dimensions shown on the Plans and the approved bending
detail sheets. Bends for bars other than hooks, stirrups, and ties shall be
made around a pin having a diameter not less than 6 times the minimum thick-
ness of the bar. All bars shall be beat cold. Forming and cutting tolerances
shall be in accordance with CRSt Recpmeended Practice for Placing Reinforcing
Bars.
a Cleaning. Metal reinforcement, before being positioned, shall
be cleaned of loose mill scale, rust, oil, earth, and from any coatings.
After positioning, the reinforcement shall be fr,,e of any coatings which
, '11 destroy or reduce the bond, including oil, dirt, ice, or old concrete.
4h..,e there is a delay in depositing concrete, reinforcement shall be re-
inspected and cleaned when necessary.
d. Str•Ightening and Rebending• Metal reinforcament shall not be
straightened or rabant in a manner that will Irjure the material. Bars with
kinks or bends not shown on the Plans shall not be uv:d Hosting of the
reinforcement will be permitted only when the entire operation Is approved
by the Engineer.
a. Placing Reinforcement.
(1) Positioning. Metal reinforcements shall be positioned
and secu. d against displacement by using annealed iron wire ties or clips
Conc. StJs. -14-
at intersections, or by welding, and snall be supported by concrete or metal
supports, spacers, or metal hangers. Reinforcement shall be placed as shown
on the Plans and in accordance with CRSI Recommended Practice for Placing
M inforcing Bars. Where welding is required, the method shall be subject
to the approval of the Engineer. Where concrete block supports are used,
such blocks shall be of concrete of the sax strength and density as require,
for the structural concrete. Galvanized metal chairs shall be used to
support reinforcement In exposed concrete slab ceilings.
(2) ReinforciinS Steel Tolerances, plecament of reinforcing
steel shall conform to the ollowing tolerances:
Locrtion Tolerances
Height of top and bottom bars above forms.. . . ... ....... +1/4 inch
Lengthwise location and sparing in slabs and walls..... T2 inches
Number of bars......... . . . . .......1 0
Lateral spacing of bars in joists ., beams... .......... -0 + 1/4 Inch
Stirrup spacing. . ... .. .. .. . . . . . ... .. ............. +1 inch in any
one stirrup and
+1 inch in end
stirrups.
(3) 2speCOnq_• The minimum clear distanc, between parallel
bars, except in columns, sfifiall be equal to the nominal diameter of the bars,
but in no case shall the clear spacing between the bars be less than one inch
nor less than 1-1/3 times the maximum size of the coarse aggregate. Where
reinforcement in beams or girders is placed in two or more layers, the clear
distance between layers shall be not less than one inch, and the bars in the
upper layers shall be placed directly above those in the bottom layer.
(4) Protection At surfaces of footings, wails, and other
principal structural members where the concrete is deposited directly against
the ground or gravel backfill, the metal reinforcement she': have a minimum:
covering of 3 inches of concrete At other surfaces of concrete exposed 'o
the ground or to the weather, metal reinforcement shall be protected by not
less then 2 Inches of concrete for bars 5/8 inch or more in diameter and
1-1/2 inches of concrete othe miss. In other cases, protection shall be
not less than 3/4 inch for slabs and wal , and not less than 1-I/2 inches
for beams, girders, and columns, but In no case less than the diameter of
the Dar, except as otherwise shown on the Plans or approved by the Engineer.
(5) Splicing. 'hen it is neces „ry to solice reinforcement
at points other than shown on the Plans, the character of the splice shall
be date mined by the Engineer. In all splices, the bars shall be placed in
contact and wired, and the lap shall be at least 24 times the diameter of
the bar and a minimum of 12 inches, unless otherwise shown on the Plans.
Splices in adjacent uars shall be staggered.
(6) Tu ng Reinforcing Bars. Tying of reinforcing bars shall
be in conformance with LRSI Recommended'Practice for Placing Reinforcing Bars
(current edition). Additional tie wires shall be provided where necessary
for a satisfactory Installation.
Conc Stds. -15-
JUL :5 )
(%) Reinforcement Around G min s. Where necessary to cut
bars for pipe or openings and ere not s n of rwlse, an a;ulvalent area
of steel shall be placed ar.,und the pipe or opening and extended on each
side sufficiently to develop bond in each bar as approved by the Engineer.
(8) Plac_i_n,g Wire mesh Hire mesh reinforcement used In
d at slabs shall be place the depth shown on the Plans. The fabric shall
extend to within 2 inches of the edges of the slab, and splices shall be
lapped at least 1-1/2 courses of the fabric and a minimum of 6 inches. The
fabric shall be pulled into position as the concrete is placed by means of
hooks, and concrete worked under the steel to insure that it is placed at
the oroper distance above the bottom of the slab. laps and splices of the
fabric shall be tied together with annealed wire at least every 24 Inches.
C-7. Placing Concrete.
a. General Before Beginning placement of concrete, 1,trdened
Concrete and foreign materials shall be removed from the inner surface of
the mixing and conveying equipment Before depositing concrete, debris
shall be removed from the space to be occupied by the concrete. Forms, if
constructed of lumber, shall be thoroughly wetted. Reinforcement shall be
secured in position and approved bf the Engineer before concrete is placed.
b. Removal of Water Except when the tremie method is specified,
water shalj be removed ?rt the space to be occupied by the concrete before
it is deposited, unless otherwise approved by the Engineer. Any flow of
water into an excavation shall be diverted through proper side drains to
a sump or be removed by other approved methods.
c Handling Concrete shall be handled from the mixer, or in
the case or ready-mixed concrete, from the transporting vehicle to the place
of final deposit as rapidly as practicable by methods which prevent the
separation or bss of the ingredients. Under no circumstances shall concrete
that has partially hardened be deposited in the work. Concrete shall be
deposited in the forms as nearly as practicable in its final position to
avoid rehandling it shall be so deposited as to mainti n, until the com-
pletion of the unit, a plastic surface approximately horizontal . Vertical
lifts or lavers greater than 1-1/2 feet in depth shall not be allowed in
pouring wall sections. Total vertical lifts made in a single pour shall
hot exceed 10 feet in height, unless otherwise shown on the Plans or approved
by the Engineer. Forms for walls or thin sections of considerable height
shall be provided with openings or other devices that will permit the concrete
to be pieced in a manner preventing segregation and accumulations of harder d
concrete on the forms or mortal reinforcement above the leve: of the come
Concrete shall be dropped no farther than a distance which will prevent
se_regation of Ingredients, but in no case more than 6 feet in walls 8 inches
or less In width, or more than 12 feet in wider walls unless chutes or trunks
are used The buggy, the bucket, or the lacer end of the chute from which
the concrete Is discharged shall be so positioned that the concrete Is re-
leased within 2 feet horizontally of Its final position. When deposited
in the foram, concrete shall have the required quality, regardless of the
type of transporting vehicle:
Conc. Stds. -16-
d.. Chutina. When concrete is conveyed by chutes, the equipment
shall be o7 such, size and design as to insure a continuous f)ow in the chute.
The slope shall not be less than 1 vertical to 2 horizon -1 and shall b
such as to prevent the segregation of the ingredients. e discharge end
or the chutes shall be provided with a baffle plate to prevent segregation.
When the operation is intermittent, the chute shall discharge Into a hopper.
The chute shall be cleaned before and after each run, and the debris and
any water used _hall be discharged outside the forms.
e. Compacting. Concrete, during and immediately after depositing,
shall be workedinto to place and compacted by mechanical vibration. The con-
crete shall be worked around the reinforcement and Into the corners of the
f..rms. Accumulations of water on the surface of the concrete due to water
gain, segregation, or other causes during placement and compacting shall be
prevented as far as possible by adjustments in the mixture Provimion shall
be made for the removal of such water as may accumulate so that under no
circumstances will concrete be placed in suer Iccumu lations. The number
and type of vibrators shall be subject to the proval of the Engineer.
Internal vibrators shall be used and they shall have a minimum freque-cy
of 7,000 vpm when the vibrator is immersed in the concrete, Vibration shall
not be applied through the reinforcement, either directly or indirectly.
Vibration shall not be applied to layers of concrete which have hardened to
the extent the concrete is no longer plastic Vibration shall be continued
at each point of application until a decrease In volume is no longer apparent
and all trapped air has been removed, but shall not be continued to the
extent that localized areas of grout are formed Vibration shall be applied
at evenly spaced points not farther apart than the radius over whit', vibration
is visibly effective such that the entire volume of concrete receives vibration.
Vibration shall not be used to make concrete flow is the forms over distances
so great as to cause segregation and in no case more than 2 fret.
f. Depositing Continuously: Concrete shall be deposited continu-
ously or in layers of such th ice�ne ss that no concrete will be deposited on
concrete which has hardened sufficiently to cause the formation of seams
and planes of weakness within the section If a section cannot be placed
continuously, construction joints may be located at points as provided for
In the Plans or approved by the Engineer
g. Bonding.
(I) To 1iew Concrete. Before depositing new concrete on or
against concrete which has hardened, the forms shall be retightened. The
surface of the hardened concrete shall be roughened by green cutting, chipping,
or sandblasting, as required by the Engineer so that sound concrete is exp bed.
It shall be thoroughly cleaned of foreign matter and laitance and saturated
with water. In case oil has been spilled on the surface to be bonded, this
oil must be removed by chipping out the oil-saturated concrete. To insure
an excess of mortar at the juncture of the hardened and the newly deposited
concrete, the cleaned and saturated surfaces, including inclined surfaces,
shall first be covered with a coating of mortar against which the new concrete
shall be placed before the grout has attained its initial set. On horizontal
construction joints, at least 2 inches of grout shall be provided The pro-
portions of sand and cement in the grout shall be the same as those for the
Conic. Stds. -17-
JUL
land and cement In the concrete mixture, and only sufficient water to provide
a consistency similar to that of thick cream shall be used.
(2) To Old Concrete. Mere new concrete is to be placed
against old concrete, a bonding agent shall be used to coat the surfaces of
the old concrete, unless othe rise specified in the Special Specifications.
The banding agent shall be one of those specified in B-9 and the method of
preparation and application shall conform to the manufacturer's printed
instructions and recomnr,ndations. Mortar grout ,hall then be provided as
hereinbefore specifics in C-7-1.(i).
h. Depositing in Cold Weather. Adequate equipment shall be pro-
vided for heating the concrete materials and protecting the concrete during
freezing or near-freezing weather. No frozen materials or materials con-
taining ice shall be used. The temperature of concrete materials and all
reinforcement, forms, fillers, and ground with which the concrete is to
come in contact shall be above 32 degrees F.
Woenever the temperature of the surrounding ai, Is below 40 degrees F.,
all concrete, when placed in the forms, shaii have a Lampe ature of between
50 degrees and 70 degrees F. and shall be maintained at a temperature of not
less than 50 degrees F for at least 6 days for normal concrete or 4 days for
high-early-strangth concrete, or 'or as much more time as is necessary to
Insure proper rate of curing of the concrete. After artificial heating is
discontinued, the housing, covering, or other protection used in connection
with curing shall be dismantled in such a way that the fall in temperature
in all parts of the concrete will be gradual throughout the first 24 hours
and shall not exceed 40 degrees F. in 24 hours.
Heaters for the protection of concrete In cold weather shall be vented
so that carbon dioxide does not combine with concrete slat surface to make
a dust-producing condition.
No dependence shall be placed on salt or other chem;rals for the pre-
vention of freezing. Calcium chloride in amounts not exceeding 2 per.ent
by weight of cement may be used, with approval of the Engineer, except as
hereinafter specified, to accelerate setting and reduce the period of
protection required to a minimum of 3 days, but under no .Ircums tancec is
the calcium chloride to be considered an "antifreeae."
The use of calcium chloride, Po2iolith high-early, or other additives
which may be corrosive will not be permitted In any concrete that is to lit
prestressed or which will be placed in contact with prestressed wire or
strand. Likewise, no such additives are permitted in concrete which embeds
or Is in contact with aluminum.
I. Construction Joints (See also page 12)
II) Location. Joints not indicated on the Plans snail be so
made and located as to Teant impair the strength of the structure and shall
be approved by the Engineer prior to construction.
(2) Time Between Pours. At least 2 hours oust al.pse after
depositing concrete in the co umns or walls before depositing in beams,
Conic. Stds -18-
r
girders, o- slabs supported thereon. Beams, girders, brackets, column
capitals, and haunches shall be considered as part of the floor system and
shall be placed monolithically therewith.
(3) In Floors. Construction joints in floors shall be located
near the middle of the spans of slabs, beams, or girders, unless a beam inter-
sects a girder at this point, in whirh case the joints in the girders shall
be offset a distance equal to twice the width of the beam. In this last
case, provision shall be made for shear by use of Inclined reinrorcement.
C-8. Tests of Concrete. During the progress of construction, the
Engineer will make or have tests made to determine whether the concrete as
being produced complies with the standard specified. The Contractor shall
cooperate In the making of such tests to the extent of allowing free access
to the work for the selection of samples and storage of specimens, assis-
tance in casting cylinders, and In affording protection to the specimens
against Injury or loss through his operations. Speci^en_ shall be made and
cured in accordance with ASTM C 31 and tested in accordance with ASTM C 39.
When a ratio between 7-day and 28-day strengths has been established
by these tests or by preliminary tests, the 7-day strength may be taken as
a satisfactory indication of the 28-day strength. Field strength shall
be assured as equal to 8S percent of the strength of laboratory-cured
cylinders. The required compressive strength of concrete proportioned in
accordance with Table I of the Special Specifications is the field strength.
C-9• Finish.
a. General . Concrete which requires finishing shall not be poured
until the materials, tools, and labor necessary for finishing the wet concrete
are on the job and approved by the Engineer All horizontal surfaces shall
be steel troweled, unless otherwise specified.
b. Patchln . Defects in all concrete surfaces shall be cut out
and patched as sped ied herein. After removal of the forms, all Imper-
fections, rock pockets, holes from form ties, and other defects shall be
chipped out to solid concrete. The surface of the cavity to be patched
shall be thoroughly wet before the patching mixture is applied. This mixture
shall be proportioned as set forth in B-5, herein, or it shall be of the
proportions of the original pour where uniform color is desired. The mixture
shall be tamped solidly into the cavity to be patched and shall then be
cured. (See C-10)
Where the pull-out type ties are used, the holes shall oa filled as
recommended by the manufacturer of the ties.
E. Unexposed Wall Finish. Immediately after removal of the forms,
ail rock pockets, form tie
holes, and other irregularities shall be patched
as specified in C-9.1b and cured as specified in C-10. No further finishing
will be required.
a. Ordinary Wall Finish. Ordinary wall finish requires the use
of new plywood forms or linings which will produce a uniform surface. The.
number of joints should be kept to a minimum. immediately after removal
Conc. Stilt. -19-
JUL 2 S
of the forms, all defects shall be patched and pact"es cured as specified
In C-10. After paintings have set sufficiently, all fu�, marks and pointing
shall be ground or filled to give a smooth surface even wit:, the flat wall
surface.
e. Rubbed Mail Finish.
(I) Class 1. The rubbing shall be done immediately after
the pat:hing of rock po—ems and form tie holes have set sufficiently. In
all cases, except where it is structurally impossible to remove the forms
within 5 days, the rubbing shall be done preferably the day following the
pour, and in no case more than 5 days after the pour has been completed.
Forms shall be removed at such a rate that ill finishing can be completed
an the same day th, the forts are removed. After the paintings have set
sufficiently to bermit working on the surface, the entire surface shall be
thoroughly saturated with water for a period of } hours and rubbed until a
unifnrm surface is obtained, either by hand with a carborundum stone of
medium-coarse grade, or an abrasive of equal quality, or a mechanically-
operated carborundum stone. If a methanicaily-operated carborindum stone
is to be used, its type shall be approved by the Engineer before the concrete
has been poured. A small amount of mortar shall be used on the face of the
stone. The mortar shall be a mixture of cement and fine sand In proportions
used in the concrete being finished The paste formed by rubbing, as des-
cribed above, may be finished by carefully striking with a clean brush, or
It may be spread uniformly over the surface and allowed to take a reset
after which it may be `inished by floating with a canvas, carpet face, or
cork float, or rubbed down with dry burlap. Brushing shall be done in the
ng direction of the surface being finished.
(2) Class I1. Rubbed wall finish, Class II, shall conform
to the requir;ments for Class 1, above, except that the paste obtained from
the described rubbing shall be allowed to set at least 24 hours. After
thoroughly saturating with water, the surface shell then be painted with a
mixture �f 85 percent cement and 15 percent lime with sufficient water to
give a creamy consistency. This mixture shall be rubbed Into the surface
with a coarse carborundum stone and brushed with a damp brush. Brushing
shall be done in the long direction of the surface being finished.
f Concrete Floor and Roof Slab Finishes. Concrete slabs shall
be finished with the type of finish speci :ed in t e Special Specifications.
Each type shall be as specified hereinafter. The use of "jitterbugs" or
other special tools designed for the purpose of forcing the coarse aggregate
away from the surface will not be permitted on any slab finish. The dusting
of surfaces with dry materiais will not be permitted. Slabs and floors
shall be thoroughly compacted by vibration or tamping. In preparation for
finishing, floor slabs shall be struck off true to the required grade of
the finished floors as shown on the Plans Floors shall be level with a
tolerance of 1/8 inch in 10 feet, except where drains Occur, in which case
the floors shall `.e pitched to the drains at 1/4 inch per foot or as indicated
on the Plans or directed Al! disc.+t:,wous edges shall be rounded off with
a steel edging tool . Steel edging too; radius shall be 1/8 inch for all
slabs subject to w„eeled traffic..
Conc Stds. -20-
(1) Monolithic Finish. Except where otherwise specified,
floors and slabs sha be finished by screeding and floating with straight-
edges to bring the surfaces to the required finish elevation shown on the
Plans. While the concrete is still green but sufficiently hardened to bear
a manns weight without deep imprint, iL shall be wood floated to a true, even
plane with no coarse aggregate visible. Sufficient pressure shall be used
on the wood floats to bring moisture to the surface. After surface moisture
has disappeared, the concrete shall be hand troweled to produce a smooth,
impervious surface, free from trowel marks. An additional traveling shall
be given the surface for the puroose of burnish' ig. The final troweling
shall produce a ringing sound from the trowel . 0ry cement or additional
water shall not be used in troweling, nor will excessive troweling be per-
mitted.
(2) Roo hh.Slab Finish. Slabs to receive fill and mortar-
setting beds shall be finished by screeding with straightedge, to bring
the surface to the required finish plane. All laitance shall be removed and
the Surface left clean.
(3) '.,bod-Float Finish. Exterior slabs and ramps and roof
slabs, unless otherwise specs ied in the Special Specifications, shall be
finished by screeding with straightedges to bring the surface to the required
line as shown on the Plans. While the concrete is still green but hardened
sufficiently to bear the cement finisher's weight, the surface shall be wood
floated to a true and uniform plane with no coarse aggregate visible.
(4) Brocimed Finish. Where broomed finish is specified, the
concrete shall be finished as specified for monolithic floor finish above,
exceot the final troweling shall be omitted and the surface shall be f;nished
by drawing a fine-hair broom lightly across ,he surface. All brooming shall
be in the sane direction and parall.:l to expansion joints, or, in the case
of inclined slabs, perpendicular to the slope.
(5) Power Machine h,nish. In lieu of hand finishing, the
Contractor may use an approved parer machine for finishing concrete floors
in slabs in accordance with the directions of the maehine manufacturer as
approved by the Engineer.
g. Sidewalk Finish. After the concrete has been deposited in
place, it shallybc co_r aWCad and the surface shall be struck off by means
of a strike board and floated with a wooden or cork float. Joints snail be
provided as specified in C-5.a. An edging tool shall be used on all edges
and at all expansion joints. The surface shall not vary more than I/O inch
under a 10-foot straightedge. The surface shall have a granular or matted
texture which will not be slick when wet, or it shall be broomed at right
angles to the direction of .t,ffic. Walks shall slope 1/4 inch per foot
away from structures, unless otherwise shown on the Plans.
Sidewalk surfaces shall be laid out in blocks with an approved grooving
tool as sham on the Plans or as directed by the Engineer.
h. ScreedeJ Finish nn Clarifier Slabs. The concrete topping for
the floor of clarifier taknks shall not be placed until the equipment for
the tanks has been coarletely installed and in working order. All laitance
Cone. Stds. -21-
JU? 25im
shall be removed from the surface of the concrete with a wire bresh and the
surface shall then be thoroughly cleaned and washed. The concrete base shall
be kept constantly wat for a period of 24 hours and then h,nd-swept with
grout as specified under C-7.q.(I) before placing the concrete topping.
After placing the concrete topping, it shall be swept by the collector
mechanism until the surface conforms accurately to the profiles of the
blades on the raking arm and, if necessary, shall be troweled with a steel
trowel to a smooth, even surface. The topning shall be kept wet using a
hose with fine spray, and as soon as the concrete topping is sufficiently
hard, the tank shall be filled with water to a sufficient height to cover
the entire floor for a period of 7 gays. This topping coat shall consist
of I part standard Portland cement, ana 2 parts of sand as specified in B-3.
C-10. Curing of Concrete.
a. Curing. Curing of concrete shall be accomplished by keeping
the surface continuously wet for 7 days where normal Portland cement is used,
or 3 days when high-early-strength cement is used. Subject to approval by
the Engineer, one of the following methods shall be followed:
WALLS
(1) Concrete foms shall be left in place and kept sufficiently
damp at all times to prevent opening of the joints and drying of the concrete;
or
(2) An approved curing compound shall be applied immediately
after removal of forms, except where finishing is required. In t,is case,
forms will be kept damp as required above until removed. Where rubbed finish
is required, curing compound shall be applied immediately upon completion of
finishing, and the unfinished, exposed surfaces shall be kept wet by sprinkling
until finishing begins. When ordinary wall finish is required, curing com-
pound shall be applied in "diately after removal of the forms and the com-
pound chipped off or otherwise removed where patching or pointing is required.
Compound shall not be applied to surfaces which are to later be bonded to
new concrete; or
(3) Exposed surfaces shall be continuously sprinkled.
SLABS
(1) Protect surface by pending; or
(2) Cover with burlap or cotton mats kept continuously wet; or
(3) Cover with one-inch layer of wet sand, earth, or sawdust,
and keep continuously wet; or
(4) Continuously sprinkle the exposed surface.
b. Protection in Cold Weather. :,,.crete shall be protected In
cold weather as specified In C-7.h
Conc. Stds. -22-
C-ll. Hardener A lication. Floors to receive hardener shall be cured,
clasp and perfectly dry with all work above them completed. Zinc and/or
magnesium fluosilicate shall be applied evenly, using 3 coats, aliowinq
24 hours between coats; the first coat shall be 1/3 strength, v.cond coat
1/2 strength, and third coat 2/3 strength; each coat shall be applied so as
to remain wet on the concrete surface for 15 rrinutes. Sodi um silicate shall
be applied evenly, using 3 coats, allowing 24 hours between coats; the material
shall be applied full strength at the rate of 1/3 gallon per 100 square feet.
Approved proprietary hardeners shall be applied in conformance with the manu-
facturer's instructions. After the final coat is completed and dry, surplus
hardener shall be removed from the surface by scrubbing and mopping with
water.
C_12. lllockouts fo_r Phi a and Conduit. Where pipe or conduit passes
into or through conc re . '; S 7loo rs, or roof slabs, the Contractor may,
to facilitate proper alignment, leave holes through the concrete and pour
the concrete opening after the pipe or conduit Is in place. The size of
such openings shall be 2 inches larger than the outside diameter of the bell ,
flange, or coupling, and shall conform to the special details for pipe op�n-
ings shown on the Plans. When the piping or conduit is entirely placed and
securely anchored, the concrete openirgs through the walls wilt be poured in
accordance with the rcqulrements for bonding new concrete to old as set forth
in C-7.9,. Concrete used to pour these openings shall consist of I part
cement, 1 part fine aggregate, I part nonshrinking aggregate, and 1-1/2 parts
coarse aggregate of maximum size of 1/2 inch when the concrete is part of a
liquid-holding basin. Otherwise, the nonshrinking aggregate shall be replaced
by fine aggregate. Concrete poured in these openings shall be thoroughly
vibrated or rodded to insure a watertight joint between the new and old con-
crete, and the new concrete and the pipe or conduit The form for the closure
shall be constructed with a pouring funnel. A plug of concrete shall be left
in the pouring funnel. After the concrete has taken its initial set, the
plug shall be removed and the exoosed, broken face ground smooth. Pouring of
blockout holes shall be done from the pressure side wherever possible. Such
joints shall be curet by keeping them constantly wet for not less than 7 days.
Where approved by the Engineer, blockout holes may be dry packed using
a grout proportioned and mixed as specified in 8-5.a. This mixture shall
be tamped or rodded solidly into the space from the pressure side. A backing
board or stop shall be provided at the back side of this space against which
the dry mixture can be tamped
C-1G.rout in Machined Foundations. Where machinery is to be secured
by anNwr bolts set r, concrete and supported on foundations which are to be
grouted in place, the original concrete pour shall be blocked out or finished
off a sufficient distance below the bottom of the machinery foundation to
provide for the thickness of grout shown on the Plans. After the machinery
has been set in position and wedged to the proper elevation by steel wedges,
the space between the bottom of the machinery foundation and the original
pour of concrete shall be caulked with a dry-pack grout proportioned and
mixed as specified in 0-5.a. This dry mixture shall be tamped or rodded
solidly into the spa= between the imoehinery foundation and the original
ooncrete. A backing board or stop shall be provided at the back side of
this space against which the dry mixture can be tamped.
Conc. Stds. -23- y
JUL $S
C-14. Le aka a Tests. After the final pour of concrete on basins which
are to eau Jetted to eakage tests has been cured for 14 days, and before
backfill or brick facing or other work which will covrr the exposed faces ,
of the walls of the basins has been completed, the basins specified in the
Special Specifications to be subjected to leakage tests shall be filled with
water to the normal liquid level line. Unless otherwise specified in the
Special Specifications, water for this test shall be provided by the Con-
tractor. After the basin has been kept full for 48 hours, it will be assumed
for the purposes of the test that the absorption of moisture by the concrete
In the basin is complete. All valves and gates to the structure shall then
be closed and the change In water surface measured for a 24-hour period.
During the test period, all exposed portions of the structure shall be
examined and any leaks or damp spots shall be marked and such leaks or
damp spots shall be later patched or corrected in any case. If the drop
In water surface in the 24-hour period exceeds 1/10 of 1 percent of the
normal volume of liquid contained In the basin, the leakage shall be cw-
sidered excessive. If the leakage is excessive, the water surface shall be
dropped by stages and the leakage measured at each stage until the area in
which the leakage occurs has been isolated. The basin shall then be drained,
all leaks previously marked shall be patched, and the necessary repairs made
in the area where leakage is indicated. The basin shall then be refilled and
again tested for leakage. This process shall be continued until the drop In
water surface in a 24-hour period with the basin full is less than 1/10 of
l percent of the vol uee of liquid held in the basin. If the cause of
excessive leakage is found to be faulty workmanship or materials, the cost
of repairs and subsequent tests shall be borne by the Contractor. If the
leakage is found to be due to causes not under the Contractor's control , the
cost of repairs and subsequent tests after the first shall be paid for by
the Owner as extra work.
(For Index, see next page)
tas•
Conc. Stds. -24-
INDEX
page
Aggregates:
Concrete
Nonshrinkinq 2,
Samples 2, IQ, 23
Asphalt poured filler 6
3, 13, 14
Blockouts for pipe or conduit. �
Bonding new concrete3 to old 2 IS
Calcium chloride 18
Cement 2, 1
Chuting concrete
Clarifier slab, screeded finish 17
21
Cold weather precautions Compacting concrete 18
18
Compressive strength of concrete Concrete admixtures 19 19 3 B,
Concrete floor and roof slab finishes 20
Construction and expansion joints 12, 13, 18,
Construction joints 3 3, IB
Location 12.18
Time between pours 18
Floors
Copper water stop 19
Curing: 4, 13
Cold weather 18 22
Slabs
Walls 22
Cylinders for test 22
19
Dry-pack grout:
Nonshrinking type 2
Ordinary type 2
Equipment, mixing 8
Expansion joints 3, 12, 13, 18
Finishing concrete:
Broomad 1°, 21
Clarifier floor 21 lo,
monolithic finish 19. 21 21
Ordinary wall 19
Patching 19
Roof slab 20
Rough slab 21
RvSbed wall 20
Sidewalk 21
Unexposed wall Wood float 1 199
21
INDEX (Cont'd.)
page
Floors:
Monolithic finish 20
Floor hardener 6, 23
Forms:
Design NI
Materials 3
Oiling 11
R *v, 1I
Tolerances 10, 11, 12
Form ties 10
Freezing weather 18
Grout:
Bonding new concrete 17
Bonding new concrete to old concrete IB
Clarifier slab 21
Machinery foundation 23
Handling concrete 16
Hardener, floor 6, 23
Hauling concrete 9
Nigh-early-strength cement 18, 22
Joints:
Construction U. 18
Expansion 12, 13, 14
Joint filler:
Asphalt 3, 13
Premo lded 3, 12
Rubber-asphalt 3, 14
Labyrinth water stop 4, 13
Leakage tests 24
Machinery foundation grouting 23
Measuring materials:
Air-entraining admixture 8
Volumetric measurement 8
Water-reducing admixture 8
Weight measurement 8
Mix, proportions 6
Mixing equipment:
Machine 8
Truck 9
Monolithic finish 20. 21
Nonshrinking aggregate 2, 19
Oil:
On concrete to be bonded 17
On forms It
ii
INDEX (Cont'd.)
Page
Openings:
In forms , 15
Reinforcement around 15
Ordinary wall finish 19
Patching 19
Pipe blockouts 23
Placing concrete 16, 17, 18
Plastic water stop 4. 5, 6
Power machine finish 21
Premo lded joint filler 3, 12
Proportions of MIA 6, 7
Protection of concrete 16, 22
Reinforcing steel :
Cleaning 14
Fabricat-on 14
material 3
Openings 15
Positioning 14
Protection 15
Spacing 15
Splicing 15
Storage 14
Straightening and rebending 14
Tolerances 15
Tying reinforoment bars 15
Removal of forms 11
Removal of water 16
Retempering 9
Roof slab finish 20
Rubbed wall finish 20
Rubber-asphalt joint sealer 3. 14
Rubber water stop 4, 13
Samples, aggregates 6
Sidewalks:
Finish 21
Joints 12
Slab finishes:
Broomed 21
Monolithic 21
Rough 21
Wood float 21
Slump 7
Splicing reinforcement IS
Steel :
Forms 3
Mesh 3, 16
Reinforcement 3. 14, 15, 16
Water stop 3, 12
JUL 2 510
INDEX (Cont'd.)
Pag..
Temperature, cold weather 18
Test cylinders 19
Tests:
Field 19
Laboratory 19
Leakagr 24
-es, fore 9
Tire betoieen pours IB
Truck mixing 9
Vibration of concrete 17
Water:
For testing 24
In mix 2, 8
Removal of, ir. 'arms 16
Amer stops:
Copper 12, i3, 14
Labyrinth 12. 13, 14
Plastic 12, 13, 14
Rubber 12, 13, 14
Steel 12
iv
sex s a ,cr
My .lf 7 A'R .IIIXJIA �ii i.r.. i aAn.o aw
r .wN� \[, •f swr[.�uxmv.+v+oJ mow 1 sv.iw« DAa aI}urw p w Oq r M1 OR n� y[ m4[al
YrR.un n r I/, /fnw
r � r w✓wM Ti us[ r��I �.
...•....„ .wn.[,.... • mi-m..... « +mrm.ten[ [I
I IIIA
r Nb d flit
•1 N �
r ! / /
91 .w,su.o+e:LSf'M° .rra fff3"'
T r If
iJ4ra/ I.JFrO.•- -I
• f_ L r.iIRI JY 11}I
r-�� i
J'v,p'Cwnf mlwn Wlt[v.w
W•h:� Y•/•v •nx.x f� .r•wry mmY rf.iu f Mrf s ,•••
_ .Y' � f� ' �'`�F��j rr .•h'••-7 gnf 'ly�I YYaMMn..
' RENT
'� • nww 'ef.a9 �eYw ;�� ' wv�+rcx C.Y•r.r. t.I v,rv
OU
TANK LAYOUT sc."e <!10
rdJVK ELEVATION _ waixca'
1 x•
r N ,wY KK M iCxx o. �ry�
N.�,.a+p`• ` �•/!•o f LM[I .Yro¢.ate. - �iY' .1�
/ SECTION
t;�b'w �I R}DER FOUNDATION � VALVC P/T � �
_ MYN
JI--Yp'•' <'r'`PSSU2E Sc N5/NG L/NE
LADDER GUARD DETA/L 1
-,w..o-aw• x 4 .
PLAN SECT/ON
4E
.^,/�:T STOP e TOP OF RISE 4
I���CJN.Y.J{Y8•
ERVICE FALL' DETA/L »� - ' r S
•�aor i � ouw.ru n.�ne
o[uus •��� r
RII 2 5}95g
11 ENDING
' ROMP3
QF FIL
FILE TITLE
V-. va
3a3
R401 I oe #0 r7 H Ta4*
# 3 Spacipicallo-o-S